Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

83 -- Parachute Equipment

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
W9124R07-T-1129
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisio ns and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and Class Deviation 2005-o0001 dated 17 Aug 2007 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DCN 200700802 edition. The awarded contract wil l be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. Offerer shall account for any costs associated with accepting credit card payment. This commercial acquisition is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) is 314999 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.g ov/CCR/scripts/index.html.The quotation shall consist of 10 Total Parachute Reserve R-Max, Part Numbers: R-max-188, Qty 2 ea, Color: Light Blue; R-Max 208, Qty 2, Color: White; R-Max 228, Qty 3, Color: White; R-Max 248, Qty 3, Color: Orange. 21 total Spe ctre Main Parachute, Part Numbers: SP-190, Qty 4, Navy Blue in Color, DACRON-line, draw string slider; SP-210, Qty 7, Navy Blue in Color, DACRON-line, draw string slider; SP-230, Qty 10, Navy Blue in Color, DACRON-line, draw string slider. 24 total Naviga tors, Part Numbers: NAV-220, Qty 1, Navy Blue in Color, DACRON-line; NAV-240, Qty 9, Navy Blue in Color, DACRON-line; NAV-260, Qty 8, Navy Blue in Color, DACRON-line, and NAV-280, Qty 6, Navy Blue in Color, DACRON-line. Brand name is necessary in order to allow for interchanging parts, functionality, and compatibility of existing equipment. Additional Specifications are located at the U.S. Army Contracting Agency Yuma website at: http://www.yuma.army.mil/contracting. The Government intends to award a contra ct to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on best value. All quotations shall include any costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365. Arizona vendors are to i nclude the Arizona Transaction Privilege Tax. All quotations shall be clearly marked with Request for Quotation referencing number W9124R-07-T-1129 and emailed or sent to the Point of Contact below no later than 17 September 2007 at 4:30 PM MST Mountain St andard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the below Point of Contact no later than 10 September, 2007 at 10:00 AM Noon Mountain Standard Time (MST) Offerors that fail to furnish required represen tations 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. he following FAR Clauses and Provisions are incorporated by reference and apply to t his acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006) and FAR provision 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Aug 2007) with Alternate I (Apr 2002). ( Note: In order to complet e 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 compl ete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations a nd Certifications Application (ORCA) web site at http://orca.bpn.gov . This contract may include the following clauses: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Aug 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 (Aug 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.232-36 Payment by Third Party (May 1999). DFARS 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 Agreements Balance of Payments Program (Jun 2005). If you plan on participating in this acquisition, you are required to provide your name, address, phone number, and email address to point of contact below or by facsimile (928) 328-6849. See Note 1.
 
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
SN01399070-W 20070909/070907222016 (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.