Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

69 -- This is a combined synopsis/solicitation for a Reactive Steel Automated Target System Range (RSATS) for installation and use in Okinawa, Japan.

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-06-R-0509
 
Response Due
8/23/2006
 
Archive Date
10/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Best Value Source Selection for a Reactive Steel Automated Target System (RSATS) range for installation and use in Okinawa, Japan, using a combined synopsis/solicitation for a commercial item(s) prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This will result in one contract award. This announcement constitutes the only solicitation and a written solicitation will not be issued. CAUTION: This synopsis/soli citation is posted electronically to the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov under number W52H09-06-R-0509 and any amendments will be issued electronically via the same website. The Government is under no obligation to maintain a respondent list and it is therefore incumbent upon any interested parties to periodically access FedBizOps site to obtain any amendments which may be issued. This solicitation is a 100% Small Business Set-Aside, issued using simplified acquisiti on procedures, test program, as authorized by FAR part 13.500. FAR 52.212-1 through 52.212-5 (and as modified herein) are incorporated by reference. The Government intends to award without discussions; offerors are advised to propose their best price and submit adequate and sufficient past performance information for evaluation. Proposals/offers are requested for this solicitation, and will result in one firm fixed price contract for (1) RSATS range as described in the Performance Description, Attachme nt 1, (hereafter PD) and Scope of Work, Attachment 4, (hereafter SOW) from fabrication thereof at contractor site to installation, inspection and acceptance thereof at final destination, Okinawa, as well as one (1) site visit by the contractor for purposes of training, up to three (3) subsequent site visits by the contractor for the purposes of annual maintenance, inspection, and sustainment, and up to three (3) continuation training sessions. The successful offeror is responsible for obtaining any necessa ry licenses or permits required by law or statute. FAR clause 52.212-1, Instructions to Offerors  Commercial Items (Jan 2006), applies to this acquisition and is incorporated by reference with the following modifications: delete paragraph (h) and subsect ion (a) is tailored as follows: The NAICS code is 3329 and the small business size standard for this acquisition is 500. FAR clause 52.212-2, Evaluation -- Commercial Items. (Jan 1999), applies to this acquisition as modified as follows at subsection ( a): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Past Performance is more important than price. Past Performance will include relevant experience and general performance history. Relevant experience is performance and maintenance of range instal lation work. The more similar your experience is to the effort described in the SOW, the more relevant your experience will be deemed. Offerors, at a minimum, shall submit the information outlined in Attachment 6 (Information for Past Performance Evaluat ion). Inspection and acceptance shall be IAW commercial practices, i.e. Certificate of Conformance (COC), FAR 52.246-15 applies. Final acceptance of the RSATS range purchased via this solicitation will be IAW COC procedures and the final deliverable to be inspected/accepted will include the RSATS range and its complete installation by the selected offeror, as well as all initial training, training materials, and related items listed in Attachments 001 and 004 as referenced below. Offerors shall submit pric es for the RSATS range, initial site visit, three additional site visits and three continuation training sessions on the Price Evaluation Sheet located as Attac hment 005 on TACOM-Rock Islands Solicitation Information Page, URL: https://aais.ria.army.mil/aais/SOLINFO/index.htm under Draft Solicitations/Specifications/Scopes of Work. At the same website, the following documents also apply to this solicitation: Att achment 001 (Performance Description, PD), Attachments 002 and 003 (Range Layout and Target Device diagrams), Attachment 004 (Statement of Work, SOW), Attachment 006 (Information for Past Performance Evaluation), and Attachment 007 (a copy of the represent ations and certifications at FAR 52.212-3). Failure to complete any section of the pricing sheet may render your proposal unacceptable and result in the rejection of your proposal. The following FAR clauses apply to this acquisition and are incorporated by reference: 52.246-16, Responsibility for Supplies, Apr 1984; 52.247-29, F.O.B. Origin, Feb 2006; 52.247-59, F.O.B. Origin  Carload and Truckload Shipments, Apr 1984; 52.247-61, F.O.B. Origin  Minimum Size of Shipments, Apr 1984; 52.212-4, Contract Terms and Conditions  Commercial Items, Sep 2005; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, Aug 2006; 52.219-6, Notice of Total Small Business Set-Aside, Jun 2003 (15 U.S.C. 644); 52.222-3, C onvict Labor, Jun 2003 (E.O. 11755); 52.222-19, Child Labor  Cooperation with Authorities and Remedies, Jan 2006 (E.O. 13126); 52.222-21 - Prohibition of Segregated Facilities, Jun 2004; 52.222-26 - Equal Opportunity, Apr 2002 (E.O. 11246); 52.222-35 -- E qual Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Dec 2001 (38 U.S.C. 4212); 52.222-36 - Affirmative Action for Workers With Disabilities, Jun 1998 (29 U.S.C. 793); 52.225-1 - Buy American ActSupplie s, Jun 2003 (41 U.S.C. 10a-10d); 52.225-5 - Trade Agreements, Jun 2006 (19 U.S.C. 2501); 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration, Oct 2003 (31 U.S.C. 3332); 52.209-6 - Protecting the Governments Interest When Subcon tracting with Contractors Debarred, Suspended, or Proposed for Debarment, Jan 2005; 52.204-9 - Personal Identity Verification of Contractor Personnel, Jan 2006; 52.229-3 - Federal, State, and Local Taxes, Apr 2003; 52.249-8 - Default (Fixed-Price Supply an d Service), Apr 1984; 52.243-1 - Changes - Fixed-Price, Aug 1987; 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions, Sep 2005; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, Jun 2006; 52.252-6 - Auth orized Deviations in Clauses, Apr 1984; 52.216-1 - Type of Contract, Apr 1984; DFARS 252.243-7001 Pricing of Contract Modifications, Dec 1991; DFARS 252.242-7003 Application for U.S. Government Shipping Documentation/Instructions, Dec 1991; DFARS 252.204-7 003 Control of Government Personnel Work Product, Apr 1992; DFARS 252.204-7000 Disclosure of Information, Dec 1991. FOB will be Origin with GBL (Government Bill of Lading). The following TACOM-Rock Island Nonstandard Clauses apply to this solicitation: 52.215-4503, Notice to Offerors - Electronic Bid/Offer Response Required, Dec 2005; 52.201-4501, Notice about TACOM-RI Ombudsman, Apr 2002; 52.233-4503, AMC-Level Protest Program, Jun 1998; 52.204-4505, Disclosure of Unit Price Information, Feb 2003; 52.2 11-4503, Packaging Requirements (Commercial), Nov 2005; 52.247-4531, Cognizant Transportation Officer, May 1993; 52.246-4500, Material Inspection and receiving Reports (DD Form 250), Nov 2005; 52.247-4545, Place of Contract Shipping Point, Rail Information , May 1993; 52.247-4544, Transportation Containerization, Jan 1991; 52.215-4511, Electronic Award Notice, Dec 2005; 52.211-4547, Notice to Offerors Intending to Offer Other than New Material, Jun 2005. TACOM-Rock Island Nonstandard Clauses can be reference d at https://trimsc.ria.army.mil/acquisition/pp/nonstd_clause/Index.htm. Submit offers IAW this combined synopsis/solicitation by e-mail to Gregg Johnson at johnsong2@ria.army.mil or gregory.johnson23@us.army.mil. Phone number of contact is (309) 782-5851. Offers are due by 23 August 2006 at 4:30 PM, Central Standard Time.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01110472-W 20060811/060809221414 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.