Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

59 -- Electromagnetic Protection Circuit Card Assembly

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07EMPCC
 
Response Due
3/28/2007
 
Archive Date
5/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, pr oposals are being requested and a written solicitation will not be issued. We have a requirement for the following: one (1) Electromagnetic Protection Circuit Card Assembly. Finished Circuit Card Assembly shall be in accordance with Rockwell Internationa l Drawing Number 646-4274-002, Revision P. Drawings and specifications are available on our web page http://www/wsmr.army.mil/docpage/pages/sol_stat.htm. The contractor selected will first build fifteen (15) units of this part number for qualification testing. The Electromagnetic Pulse testing and nuclear testing will be tested at White Sands Missile Range, NM. The System Integration testing will be tested at Robins Air Force Base, Georgia. Our representatives at each of these facilities will perform final qualification acceptance application testing. You may witness these testing at your own expense. This testing will consist of physically installing the qualification unit into a known good GPS receiver and conducting electrical tests per the depot requirements. Testing to be conducted in two working days, schedule to be determined by the government facility. You will be given a minimum of one-week notice prior to actual test date. You have the option of designing and furnishing a repairable unit but this is not mandatory. This requirement is set-aside 100% for Small Business. The applicable NAICS code is 334515 with a size standard of 500 employees. We anticipate awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a minim um of 100 units and a maximum of 500 units over a period of five (5) years. Government experts will address the full criteria in FAR 52.212-2. Contractor selected for award will be awarded a contract for a minimum quantity of 100 units. Award will be ma de to the contractor whose proposal is determined to be the most advantageous using the criteria in FAR 52.212-2. The line item structure to be bid can also be found at our webpage. The solicitation document and incorporated provisions and clauses are t hose in effect through Federal Acquisition Circular 2005-12 dated 04 August 2006. Your price shall be FOB destination. Inspection and acceptance shall be at destination. We prefer to make payment by VISA credit card. You must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/) in order to receive the award if you are selected. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. From the Federal Acquisition Regulation (FAR), the fol lowing provisions and clauses are applicable to this solicitation: FAR 52.212-1, 52.212-3, FAR 52.212-4, FAR 52.212-5, FAR 52.203-6 Alt I, 52.216-18, 52.216-19, 52.216-22, 52.219-4, 52.219-6, 52.219-8, 52.219-9, FAR 52.219-14, 52.222-3, 52.222-19, FAR 52.2 22-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, 52.232-36, 52.222-37, FAR 52.225-13, FAR 52.222-41, FAR 52.222-42, and FAR 52.249-8. Full text of these clauses may be found at http://farsite.hill.af.mil/vffara.htm. The fill-in version of provision FAR 52.212-2 and clauses FAR 52.209-4 and Alt I, 52.216-8, 109 and 22 may be found at our webpage cited above. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses are applicable to this sol icitation: DFARS 252.212-7001, 252.225-7012, 252.243-7002 (DFARS 252.225-7021 Alt I). Your proposal information shall be submitted electronically to: riosgi@wsmr.army.mil or by facsimile to (505) 678-5107 Attn: Gloria Rios no later than 2:00 PM MDT, 26 Ma rch 2007. See Note 1.
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN01252030-W 20070317/070315222218 (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.