Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOLICITATION NOTICE

25 -- M939 FOV STABLIZATION ABS KITS, KANSAS ARMY NATIONAL GUARD, RSMS, FT RILEY, KS

Notice Date
11/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-07-R-4001
 
Response Due
11/14/2007
 
Archive Date
1/13/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement constitutes a Request for Proposal W912JC-05-R-4020 for the Kansas Army National Guard (A-TEAM), Ft Riley, KS for and Indefinite Delivery Indefinite Quantity (IDIQ) Contr act for a base year with two one year option periods to purchase FOV Stabilization ABS Kits for M939 Truck Series for the Regional Sustainment Maintenance Site, RSMS, Kansas Army National Guard, Ft Riley, KS. Proposals will be evaluated as lowest price t echnically acceptable to the government. To be technically acceptable you must be an approved vendor of TACOM for manufacture of this kit; your kit design must be approved and authorized by TACOM for use on the M939 Fleet; and you must have prior experien ce with one or more contracts to produce this item for the Army. Past Performance information of your prior contract must be submitted with your proposal. No drawings or technical specifications are available for this kit, the original drawings are proprie tary to the original manufacturer. These parts require engineering source approval by the design control activity (TACOM) in order to maintain the quality of the part. We are not looking for new research and development. Lowest price will be evaluated by the lowest overall price of the aggregate sum of base year and all option years. This contract will contain a guaranteed minimum order of 100 kits over the life of the contract. Estimated yearly quantity is 250 per year. Multiple awards WILL NOT be mad e under this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions (10/2003) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (1/200 5) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfe r Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items, is applicable to this acquisition In order to receive an award of this contract, you must be registered in the Central Contractor Registration database at www.ccr.gov. All offerors must meet qualification requirements in order to be eligible for award. Adequate technical data is not available for this acquisition. Firm s that recognize and can produce the required items described above are encouraged to submit a proposal. Price must include freight charges FOB Dest to RSMS, Ft Riley, Kansas. Proposals are due 10 days from posting of this notification and no later than 2 p.m., November 14, 2006. Either mail, fax or e-mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Ms. Sandy Summers; or e-mail to: sandy.summers@ng.army.mil. Simplified Acquisitio n Procedures will be utilized. This procurement is 100% set-aside for small business under NAICS code 423120.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN01175903-W 20061105/061103222612 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.