Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

58 -- Voice Response Translator

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-LH-0007
 
Response Due
9/28/2007
 
Archive Date
11/27/2007
 
Point of Contact
LaChiana Hamilton, (719)526-2338
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicit ation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-07-T-LH00XX in accordance with FAR Parts 12 & 13. This solicitation document and in corporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-18 effective July 5, 2007. The North American Industrial classification System (NAICS) number is 334111 and the business size standard is 1000 personnel. The proposed acquisition is a Total Small Business Set Aside. Line Item Description: 1. CLIN 0001: Meet or Exceed the following: Voice Response Translator System shall include the following items: Voice Response Translator with programmed module; Laminated graphical training aids; Video training disk; Megaphone, megaphone microphone; Megaphone batteries; Molle ammo pouch (VRT shal l fit in it); Line power charger; Vehicle outlet charger, BA5590 connector charger; Two audio connection cables (one attached to megaphone); Two permanent markers; One Blackhawk duffel bag or equivalent. 20, EA; This product must comply with the Buy American act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be made in the USA. FAR 252.222-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors  Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide so licitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate comp liance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or or igin, if not specified, destination will be default). The provisions at FAR 52.212-2, Evaluation  Commercial Items apply tot his acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the soli citation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: awards will be made on the basis of technically acceptable low price. The Government intends to evaluate of fers and make award without discussion; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: FAR 52-212-4 Contract Terms and Conditions  Commer cial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders  commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated; 52-2 19-6, Notice of Total Small business Set-Aside (June 2003), 52.222-3, Convict Labor (June 2003) (E.O 11246), 52-222-21, Prohibition of Segregated Facilities; 52.222-26, equal Opportunity; 52-232-33, Payment by electronic Funds transfer-Central Contract Reg istration (Oct 2003) (31 U.S.C 3332), 252.212-7001 (Dev) contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of com mercial Items, with the clauses 52.203-3, enterprises and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-28 and similar sections in subsequent DOD appropriations acts). Offers must be received NLT 11 AM Mountain Standard Time, 28 September, 2007, at ACA NR, Directorate of Contracting, ATTN: SFCA NR CR, 1676 Evans Street, Building 1220, 3rd Floor, fort Carson, CO 80913-4179. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quote via e-mail to lachiana.hamilton@us.armyl.mil or fax to: LaChiana Hamilton, Contract specialist, (719) 526-2338.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01420277-W 20070927/070925224903 (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.