Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- Anemometer

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-07-T-1093
 
Response Due
7/17/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W9124R-07-T-1093 Response Date: Midnight, July 17, 2007. Note: Once you have submitted your quote please verify receipt by callling the POC listed below no later than 12:00 PM Noon, July 18, 2007 Mountain Standard Time (MST). This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented w ith additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotation (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Ac quisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offe r. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Class Deviation 2005-o0001 dated 14June, 2007 and Defense Federal Acquisition Regulation (DFAR) Supplement, curr ent to DCN 20070531 edition. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government IMPAC Visa Credit Card. Offerer shall account for any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) is 334513 with a size standard of 500 employees. All prospective offerors must be actively register ed in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The quotation shall consist of four Contract Line Item Number (CLIN). CLIN 0001, Quantity: 1, Unit of Issue: Each, Description: Optical Scientific, Inc. Optical Anemometer, DSP based, with RS-232 output and 110 VAC power, complete with Power Cable and 2 Aperture Window Covers. (CLIN) 0002, Quantity: 200, Unit of Issue: Feet, Description: Optical Scientific, Inc. Receiver Cable PN 11031522 00. (CLIN) 0003, Quantity: 1, Unit of Issue: Each, Description: Optical Scientific, Inc. QUIK Software. (CLIN) 0004, Quantity: 1, Unit of Issue: Each, Description: Optical Scientific, Inc. RS-232 Test Cable for laptop hookup. The Anemometer and CSS are loc ated at the U.S. Army Contracting Agency Yuma web site at: www.yuma.army.mil/contracting /rfp.html. If you provide a quotation for other than the Brand Name specified for the Anemometer System you must provide technical information and/or descriptive liter ature about the product you propose so that a technical determination can be made during the review process. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Tran saction Privilege Tax. All quotations shall be clearly marked with Request for Quotation referencing number W9124R-07-T-1093 and emailed to POC listed below or sent by facsimile to 928-328-6849 no later than midnight July 17, 2007 MST. Note: Once you have submitted your quote please verify receipt by callling the POC listed below no later than 12:00 PM Noon July 18, 2007. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006) and FAR provision 52.212-3 Offeror Representations and Certifications Comme rcial Items (Nov 2006) with Alternate I (Apr 2002). ( Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete) An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov . FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) applies to this acquisition, addendas attached are: FAR 52.211-6 Brand Name or Equal (Aug 1999) and FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 52.212-2 Evaluation Comm ercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award to other than the lowest offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the r equirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be r eviewed for compliance with the Performance Specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past perfor mance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.225-3 Buy American Act  Free Trade Agreements  Israeli Trade Act (Nov 2006), 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003), 52 .232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade A greements Balance of Payments Program (Jun 2005) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2007). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile (928) 328-6849 for notification of amendments. See Note 22 with the exception to the time period for the receipt of proposals for consideration is 7 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01339504-W 20070713/070711224242 (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.