Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
SOLICITATION NOTICE

54 -- Requirements contract for Climatic Test Chambers

Notice Date
10/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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
W9124R-08-T-1001
 
Response Due
11/1/2007
 
Archive Date
12/31/2007
 
Point of Contact
Edgar Angulo, (928)328-6172
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(edgar.angulo@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-08-T-1001 Response Date: 01 November 2007, 12:00 PM MST Technical Questions: 18 October 2007, 12:00 Noon MST This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as supplemente d with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the simplifie d acquisition procedures as a requirements contract per FAR 52.216-21. The contract duration will be from date of award to 30 September 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20 dated 06 September 2007 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20070913. The North American Industry Classification System (NAICS) is 332311. All prospective offerors must be activ ely registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of seven Contract Line Item Numbers (CLINs). CLIN 0001, Quantity: 1, Unit of Issue: Each, Descript ion: Test System A, Climatic Test Chamber, CLIN 0002, Quantity: 1, Unit of Issue: Each, Description: Test System B, Climatic Test Chamber, CLIN 0003, Quantity: 1, Unit of Issue: Each, Description: Test System C, Climatic Test Chamber, CLIN 0004, Quantity: 1, Unit of Issue: Each, Description: Test System D, Climatic Test Chamber, CLIN 0005, Quantity: 1, Unit of Issue: Each, Description, Test System E, Climatic Test Chamber, CLIN 0006, Quantity: 1, Unit of Issue: Each, Description: Test System F, Climatic Tes t Chamber, CLIN 0007, Quantity: 1, Unit of Issue: Each, Description: Test System G, Climatic Test Chamber. Specifications and drawings of the climatic test chambers can be found on our website at http://www.yuma.army.mil/contracting/index.html. The contrac t award will be a firm- fixed price requirements contract. Vendors shall submit technical specifications and mandatory conceptual drawings of a chamber and the horizontal and vertical support system. If no drawings are submitted, offeror will be considered technically unacceptable and will not be considered for award. All proposals shall be clearly marked with RFQ number W9124R-08-T-1001 and emailed to the POC listed below or faxed to 928-328-6849 no later than Noon MST, 01 November 2007. The deadline for t echnical questions is Noon MST, 18 October 2007. Per FAR 52.212-2 the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided the same or similar items. Past performance inf ormation shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of project to include price. Offers that fail to furnish required representations 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. The following FAR Clauses and Provisio ns are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sep 2006). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must g o to the Air Force Web S ite at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2007) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Repr esentations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005). FAR 52.247-34 FOB Destination (Nov 1991), 52.203-3 Gratuities (Apr 1984), 52.216-1 Type of Contract ( Apr 1984); firm-fixed price requirements contract, FAR 52.216-18 Ordering (Oct 1995), paragraph (a) is completed as follows: from date of award to 30 September 2009. FAR 52.216-19 Order Limitations (Oct 1995), paragraphs (a), (b), and (d) are completed as follows: Paragraph (a) Quantity less than 1 each. Paragraph (b)(1) Single Item Quantity more than 7 each, Paragraph (b)(2) Combination of Items Quantity more than 7 each, and Paragraph (b)(3) 180 days. Paragraph (d) within 10 days after issuance. 52.216-21 Requirements (Oct 1995), paragraph (f) is completed as follows: 90 days after contract expiration. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Sep 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Ch ild Labor Cooperation with Authorities and Remedies (Aug 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and O ther Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39, Notificatio n of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and C onditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2006) applies to this Acquisition, and specifically 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7 012 Preference for Certain Domestic Commodities (Jan 2007) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.243-7002 Request for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002) If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC listed below.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01428778-W 20071006/071004223659 (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.