Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

16 -- AS 3586 Antenna, NSN 5985010697660

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-R-C502
 
Response Due
8/3/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION W15P7T-07-R-C502 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 be ing requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) from C-E LCMC Acquisition Center, Fort Monmouth, NJ 07703, AMSEL AC-CA-RT-Z, and the number assigned to it as W15P7T-07-R-C502. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2006-2007. The NAICS code for this acquisition is 334220 with the small business size standard of 750 employees. This proposed action is for a sole source acquisition from Honeywell, Inc. under the authority of 10 U.S.C. 2304(c)(1), Only One Responsible Source, FAR 6.302-1(b)(1). This proposed action is for a Firm-Fixed Price contract for 100(EA) AS/3586 Antennas, National Stock Number (NS N) 5985010697660 to be delivered 10(EA) 120 DAC and 30 (EA) per month thereafter until completion. The government will not be providing any type of Government Furnished Property (GFP) for this purchase. Packaging shall be Commercial in accordance with AS TM (American Society for Testing and Materials) ASTM D 3951 Standard Practice for Commercial Packaging to include military standards MIL-STD-129(P)(with change 3) Military Marking for Shipment and Storage and AR 700-15 Packaging of Material. Inspection an d Acceptance will be at the source and the F.O.B. point is destination. These items will be shipped to XU TRANSPORTATION OFFICER, DDSP NEW CUMBERLAND FACILITY1, 2001 MISSION DRIVE DOOR 113 134, NEW CUMBERLAND PA 17070-5001. The United States Army C-E LCMC has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Request for Proposals (RFP), Request for Quota tions (RFQ) and Invitation for Bids (IFB) from C-E LCMC to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The point of contact for this action is Chris Trotman, Contract Specialist, 732-532-3141 or christopher.trotman@conus.army.mil. Provisions at 52.212-1, Instructions to OfferorsCommercial, the clause at 52.212-4, Contract Terms and ConditionsCommercial Items, and the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Ite ms, applies to this acquisition. The applicable clauses under FAR 52.212-5 are listed below. Offerors are required to complete and submit a copy of the FAR Provision 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR Provisio n 52.222-25 Affirmative Action Compliance, and any other applicable fill-in information; these provisions are to be sent as a separate electronic attachment. The representations and certifications as well as the proposals must be submitted within 15 days o f the posting date of July 19, 2007. All proposals and applicable information is due by: August 3, 2007, 3 P.M., to email address: christopher.trotman@conus.army.mil. The following clauses are incorporated by reference: FAR 52.7037, Packaging Waiver or Deviations FAR 52.7043, Standard Practice for Commercial Packaging FAR 52.7047, Bar Code Marking APPLICABLE CLAUSES UNDER FAR 52.212-5 FAR 52.222-19, Child Labor FAR 52.222-21, Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-3, Convict Labor FAR 52.222-36, Affirmative Action FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act FAR 52.232-33, Electronic Funds Transfer FAR 52.233-3, Protest After Award FAR 52.233- 4, Applicable Law for Breach of Contract Claim FAR 52.204-7, Central Contractor Registration FAR 52.211-16, Variation in Quantity FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offerors Representations and Certifications-Commercial Items- Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.215-8, Order of Precedence-Uniform Contract Format FAR 52.225-18, Place of Manufacture FAR 52.232-23, Assignment of Claims FAR 52.232-8, Discounts for Prompt Payment FAR 52.242-15, Stop-Work Order FAR 52.242-15, Stop-Work Order FAR 52.243-1, Changes-Fixed Price FAR 52.246-2, Inspection of Supplies-Fixed Price FAR 52.247-48, F.O.B. Destination-Evidence of Shipment FAR 52.252-1, Solicitation Provisions Incorporated By Reference FAR 52.252-2, Clauses Incorporated By Reference FAR 52.252-3, Alterations in Solicitations FAR 52.6010, Convenience Enclosures FAR 52.6076, Army Electronic Invoicing Instructions (FEB 2006) FAR 52.6106, Solicitation Ombudsman FAR 52.6205, Price Support FAR 52.7080, DFAS Columbus Web Invoicing System (WINS) FAR 52.227-01, Authorization and Consent FAR 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-03, Patent Indemnity FAR 52.227-06, Royalty Information FAR 52.227-09, Refund of Royalties DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.211-7005, Substitutions for Military or Federal Specifications and Standards DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies On Contract Payments
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01347070-W 20070721/070720001946 (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.