Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

66 -- Deployable Automated Cargo Measurement LS700-DACMS

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
333997 — Scale and Balance (except Laboratory) Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
WC1SH37241BL64
 
Response Due
9/19/2007
 
Archive Date
11/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; propos als are being requested and a written solicitation will not be issued. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) WC1SH37241BL64. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv) This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 333997 and small business size standard is 500 employees. (v) LINE ITEM 0001 1 each Intercomp AX920 Single Axle Scale System In Ground, Single Axle Scale System with 50,000 lb Capacity FFP FOB: Destination LINE ITEM 0002 1 each Weigh in Motion Profiling System Weigh in Motion Laser Profiling System FFP FOB: Destination LINE ITEM 0003 1 each Software Interface Custom Software Interface for AMFT/ ICODES and RFID FFP FOB: Destination LINE ITEM 0004 Commissioning of System Commissioning of System and On Site Training provide between Monday and Friday appropriate number of training days (maximum of eight work hours training per work day) of on-site training by a factory/company technician at fort Richardson, Alaska coordinate with customer 14 days in advance of propos ed training time. FFP FOB: Destination LINE ITEM 0005 2 each Vertical Profiling Mounting Poles Vertical Profiling Mounting Poles for SAVI Sign-Post FFP FOB: Destination (vi) Purchase of Deployable Automated Cargo Measurement LS700-DACMS. (vii)FOB destination: delivery to Fort Richardson, Alaska by October 31, 2007. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JAN 2006) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and ot her factors considered. The following factors shall be used to evaluate offers: Price will be a more significant evaluation factor than technical, availability and past performance combined. However technical capability of the item offered to meet the Gove rnment requirement, availability, and past performance will be weighed in conjunction with price (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2006) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2005), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (SEP 2006), (xiii) 52.203-3  Gratuities, 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (Oct 1995). 52.204-7 -- Central Contractor Registration, 52.211-6, Brand Name or Equal, some salient characteristics include; Monitor axle and tot al weight both statically and dynamically, weigh at speeds up to 10 MPH 52.214-21 , Descriptive Literature, FAR 52.222-3, Convict Labor (JUNE 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), FAR 52.222-21 Prohibition o f Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Ve terans. 52.222-36 -- Affirmative Action for Workers With Disabilities.52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds TransferCentral Contrac tor Registration (OCT 2003), FAR 52 .247-34 F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate, 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006), DFAR 252.204-7003 Control Of Government Personnel Work Product (APR 1992), DFAR 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), DFRA 252.243-7002 Re quests for equitable adjustment. DFAR 252.232-7010 Levies on Contract Payments (DEC 2006), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991 DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country) (Xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 3:00 PM, Alaska Time, 19 September 2007 via fax (907) 384-7112 or email jeffrey.c.roberts1@us.army.mil offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii)For further information contact Jeff Roberts @ (907) 384-7104.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01407448-W 20070916/070915195118 (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.