Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2007 FBO #2100
MODIFICATION

59 -- This solicitation is amended to include new, sealed, ready to use of of the box transducers with manufacturers calibration report included. See complete description below.

Notice Date
8/25/2007
 
Notice Type
Modification
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0695
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Point of Contact
Robin Donovan, 410-278-0876
 
E-Mail Address
ACA, Aberdeen Proving Ground
(robin.donovan@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 acquisition is issued as a Request for Quotes (RFQ). The c ombined synopsis/solicitation number is W91ZLK-07-T-0695. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-14. The associated North America Industry Classification System ( NAICS) Code 334515 and the Business Size Standard is 500. This requirement is unrestricted. The Government contemplates award of a Requirements Contract. Delivery Orders will be funded on a need basis after contract award. Description of Requirements: E lectrical transducers of the following models and Not To Exceed Quantities: CLIN001  Model 8515C-50  25 EA; CLIN0002  Model 2262A-2K  30 EA; CLIN0003  Model 7270A-20K  25 EA; CLIN0004  Model 8511A-10K  15 EA; CLIN0005  Model 8530C-50  25 EA; CLIN 0006  Model 8530C-100  25 EA; CLIN0007  Model 8530B-1000  20 EA. These items must have the following characteristics: 1)  New, factory sealed, tampered proof, ready to use out of the box; 2) Must have product trace ability to the factory for quality assurance and guaranteed workmanship; 3) Must come with the manufacturer calibration reports included. 4) Must come with guarantee of product integrity through the use of easy exchanges for unserviceable items. This includes direct support through the life cycle of these products. The Government anticipates placing delivery orders commencing on or after 1 September 2007 through 31 August 2008. Delivery shall be made to Aberdeen Proving Ground, MD, 21005. The following clauses will be incorporated by referr ence: 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone-Depleting Substances, 52.247-34 FOB Destination . The provision at 52.212-1 Instruction to Offerors Commercial applies to this acquisition. The provision at 52.212-2, Evaluation of Commercial Items is applicable to this acquisition. The following clauses are added by reference: 52.216-19  Ordering; 52 .216-19  Order Limitations and 52.216-21  Requirements. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not r esponsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Offeror shall include a co mpleted copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and certification with its offer. The clause at 52.212-5, Contract terms and Conditions required to impl ement statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-19 Child Labor Cooperation With Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled veteran s and Veterans of the Vietnam Era, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contract or Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutues or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand and Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil . Quotations must be signed, dated and received by 12:00 PM NOON EST Friday, 31 August 2007 via fax at 410-306-3829 or email to robi n.donovan@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation cont act Robin Donovan, Contract Specialist, via email at robin.donovan@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZLK07T0695/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01385662-F 20070827/070825223734 (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.