Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

70 -- The St Paul district is looking to get 3 Trimble R8 GNSS Station RTK.

Notice Date
1/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-07-P-0026
 
Response Due
1/18/2007
 
Archive Date
3/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
. The Army Corp of Engineers has a requirement for the following GPS Systems: PLEASE CONTACT: Brian Souter (Contact information below) IF INTERESTED IN THIS SOLICITATION TO RECEIVE ADDITIONAL DOCUMENTATION (i) This is a combined synopsis/ solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the solicitation; quotation s are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-07-T-0026 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into t his solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text BRAND NAME JUSTIFICATION: The Trimble GPS system is the current system in use in the St. Paul District. This system must compatible with other Corps Districts, other Department of the Army organizations and external customers. Receiving approval for a new Government-only radio transmitting signal like the one in use by this system takes up to seven years. Additionally, the district is currently using the Trimble surveying software and would only need the operating system upgrades rather than complete s oftware replacement with a new brand. A change in software would result in no relativity to existing post-processed data. It would also require the district to re-run all existing data through the new format. The district intends to retain one of its exist ing Trimble receivers, and only another Trimble would be compatible. Due to the economic, time and compatibility issues listed above, the St. Paul District intends to purchase only the Trimble R8 GPS system. Description The Army Corp of Engineers has a requirement for the following GPS Systems: (v) CLIN 0001 is a Lump Sum with materials as follows: Trimble R8 GNSS Station RTK This is FOB: destination. Delivery Location: Army Corps of Engineers: Attention .David Rydeen 190 E 5th St Paul MN 55101 CLIN 0002 TrimbleR8 Station RTK This is FOB desti nation Mark Upward 431 North Shore Drive Fountain City Wisconsin CLIN 0003 Trimble R8 Station RTK This is FOB destination Attn: Mark Upward Channel and Harbors 431 North Shore Drive Fountain City Wisconsin All CLINs to include one year technical support and maintenance updates on all Systems. USACE St Paul District also has Equipment for turn to be used as a credit. Please contact Brian for further details. (Contact information below) This requirement is a set aside for small business competition with relevant North American Industry Code (NAICS) of 424950. The small business standard is less than 750 employees. The Government reserves the right to cancel this solicitation, with no obli gation to the offeror by the Government. Only Authorized TRIMBLE resellers that are recognized by Trimble to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from Trimble showing that offeror is author ized to provide all items to USACE St Paul District. Quotes submitted without this documentation may not be considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this ac quisition. Multiple awards will not be confided. Award will be made to the lowest price responsive and responsible offeror. (xii) The following FAR clauses are applicable to this acquisition:52.212-1 Instructions to Offerors- commercial Items( Jan 2006), 52.212-3 Offerors Representations and Certifications with their offeror provide a statement that online representations and certifications are updated and available on the ORCA website (March 2005) 52.212-5, Contract Terms and Conditions Required to Imple ment Statutes or Executive Orders Commercial Items (AUG 2006) (Deviation); 52.219-6, Notice of Total Small Business Set-Aside (MAY 2004); 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2006); 52.225-13, Restrictions on Certain For eign Purchases (FEB 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.239-1, Privacy or Security Safeguards (AUG 1996); 52.252-6, Authorit y zed Deviations in Clauses (APR 1984); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.204-7004, Central Contractor Registration (52.204-7) Alternate A (NOV 2003); 252.212-7001, Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006) (Deviation); 252.225-7000, Buy American Act Balance of Payments Program Certificate (JUN 2005); 52.232-7003 Electronic Submission of Payments Requests (MAY 200 6) ; and 252.232-7010 Levies on Contract Payments (SEP 2005). 252.243-7001, Pricing of Contract Modifications (DEC 1996) Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. In accordance with FAR 12.603(a) (3) (iii) Offers are due to the following email address no later than 12:30 p.m., Central Daylight Time (CDT), 18 Jan 2007. REQUEST OPEN MARKET PRICING. All responsible sources may submit a response to Brian Souter @ 651 290-5408 or email brian.souter1@us.army.mil
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01207397-W 20070110/070108220930 (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.