Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

66 -- Combined synopsis/solicitation (CSS) for a Tester, Package Drop, 1 Each.

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-07-T-0536
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
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. The U.S. Army, TACOM, Rock Island, Illinois, intends to negotiate and award a firm fixed-priced type contract for a Tester, Package Drop, 1 Each. This acquisition is a 100 percent Small Bus iness Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and Class Deviation 2005-o0001. The NAICS Code associated with this procurement is 339111, Laboratory and Sc ientific Apparatus. The size standard is 500 employees. Defense Priorities and Allocations System (DPAS) rating DOA5. Federal Supply Code is 6640. DoD Claimant Program Code is C9e. These codes will apply to the resulting order. Minimum Requirements for the drop tester are as follows: (1) Package test weights between 10 pounds and at least 1,000 pounds; (2) Adjustable drop height in 1 inch increments; (3) Drop heights between 0.5 feet to at least 6 feet; (4) Package test sizes to at least 36 inches by 36 inc hes by 36 inches; (5) Impact area of at least 40 inches by 40 inches; (6) Power Driven lift mechanism; (7) Remote control or attached cable control for remote operation. (8) Power 110V 1 phase or 208 V 3 phase or 480 V 3 phase all 60 Hz; (9) Maximum overal l height of drop tester not to exceed 9 feet 0 inches; (10) Delivery not to exceed 16 weeks. Offers shall include sufficient detail in support of the above requirements; along with a detailed cost breakdown sufficient in detail to evaluate the overall cost s associated with the tester, package drop; (11) Delivery by commercial carrier with standard commercial packaging is required. FOB: Destination to DoDAAC W910RS, Edgewood Chemical Biological Center; ATTN: Bill Meyer (309-782-5404), AMSRD-ECB-END (RI); 1 R ock Island Arsenal, Building 131 (Basement); Rock Island, IL 61299-7390. Required Delivery by 2009JAN31. However, this item is an urgent requirement. Early Delivery is acceptable at no additional cost to the Government and upon coordination with the Govern ment POC. Offers must provide sufficient documentation or evidence to determine technical capability to meet or exceed the minimum Government requirements. Descriptive documentation includes, as a minimum, make, model, part number, nomenclature, quantity, detail of specifications; base, options, features, a detailed cost breakdown sheet, and a specified delivery date. Information should clearly identify the manufacturer, country of origin, part number, unit price, and length of warranty for each component. Evidence may include commercial marketing literature or other reliable information. The provision at 52.212-1, Instructions to Offertory--Commercial, applies to this acquisition. This solicitation incorporates one or more clauses by reference, with the sam e force and effect as if in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins for Para graph (a) are Technical capability of the item to meet or exceed the minimum government requirements, Past Performance and Price. Technical and Past Performance, when combined, are more important than price. Technical evaluation shall consist of the follow ing sub-factors and are listed in order of importance and descending value: (1) Overall cost; (2) Drop Heights exceeding minimum Requirements; (3) Drop weight exceeding minimum requirements; (4) Ease of operation; (5) Length of Warranty/Service Agreement. The Government reserves the right to award to other than the lowest priced offer. FAR 52.215-4513 TACOM LCMC (RI), PPIRS-SR Statistical Reporting Test will be used to evaluate offerors past performance. Offerors shall include a completed copy of the provision at 5 2.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commer cial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (1) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644) ; (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); (16) 52.222-21, Prohibition of Segregated Facilities (JUN 2004); (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); (26) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and (31) 52.232-3 3, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 33 32). Additional clauses that apply to this acquisition are: 52.204-7, Required Central Contractor Registration; 252.204-7004, and Required Cent ral Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. CAUTION: This solicitation will be issued only through this synopsis. TACOM LCMC has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicitation Page has been activated to fully automate the response process https://aais.ria.army.mil/aais/SOLINFO/index.htm. It is incumbent upon an interested party to perio dically access this Internet address to obtain any issued amendments. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. The Government is under no obligation and is in fact unable to maintain a bidders mailing list. Quotes are due not later than 11:00 AM DST on 2007SEP04. Contract Specialist: Mrs. Jane E. Nelson, 309-782-5626, jane.nelson@us.army.m il. Contracting Officer: Mrs. Margaret C. Tuftee.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01384550-W 20070826/070824222049 (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.