Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

59 -- Headset-Microphone with Boom Attached Headband

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-08-R-0270
 
Response Due
2/21/2008
 
Archive Date
4/21/2008
 
Point of Contact
Kathy Decker, 256-876-4964
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command (Missile)
(kathy.decker1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. Pursuant to FAR 19.5, thi s requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The US Army Aviation and Missile Command intend to issue a Firm-Fixed Price (FFP) type contract for the following items or equal: 230 each Headset-Microphone, NSN: 5965-01-527-5012, P/N: EM-001-AP. This requirement is FOB Destination, with commercial package. The delivery will be 60 days from date of award to US Army Aviation and Missile Command, Central Receiving (DODAAC W31P38), Cottonwood Road BLDG 8022, MARK FOR: PM TOCs Warehouse, Bldg 7217, Redstone Arsenal, AL 35898-5365. The Headset-Microphone must meet the following minimum requirements: 300.0 Ohms Nominal (high impedance) Suspended on adjustable headband, with Boom attached to Headba nd 18-20 db active noise cancellation Quick release extension cord Solicitation number W31P4Q-08-R-0270 is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect thr ough Federal Acquisition Circular 2005-23, dated 26 December 2007. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The sele cted Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Other provisions /clauses applies to this acquisition- FAR 52.204-7 Central Contractor Registration 52.204-8 Annual Representations and Certification 52.207-4 Economic Purchase Quantity 52.211-15 Defense Priority and Allocation Requirements 52.212-2 Eva luation - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.215 -1 Instructions to Offerors - Competitive 52.215-8 Order of Precedence-Uniform Contract Format 52.219-6 Notice of Total Small Business Set-Aside 52.225-13 Restriction on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.230-1 Cost Accounting Standards Notices 52.230-2 Cost Accounting Standards 52.230-3 Disclosure and Consistency of Cost Accounting Practices 52.230-6 Administration of Cost Accounting Standards 52.230-7 Proposal Disclosure-Cost Accounting 52.232-1 Payme nts 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-17 Interest 52.232-23 Assignment of Claims 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-1 Disputes 5 2.233-4 Applicable Law for Breach of Contract 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.243-1 Changes-Fixed-Price 52.243-7 Notification of Changes 52.246-1 Contractor Inspection Requirements 52.247-34 F.O.B. Destinat ion 52.247-4700 Bar Code Markings (USAAMCOM) 52.252-1 Solicitation Provisions Incorporated by Reference 52.253-1 Computer Generated Forms DFAR 252.204-7003 Control of Government Personnel Work Product 252.211-7001 Availability of Specific ations, Standards, and Data Item Descriptions Not Listed in the Acquisition Streamlining and Standardization Information System (ASSIST), and Plans, Drawings, a nd Other Pertinent Documents 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy Ameri can Act-Balance of Payments Program Certificate 252.225-7031 Secondary Arab Boycott of Israel 252.231-7000 Supplemental Cost Principles 252.232-7003 Electronic Submission of Payment Requests 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea (Alt III) Any award resulting from this RFP will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acqui sition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Offerors must request a list of FAR and DFARS clauses that apply to this requirement prior to submission of proposal. The provision at FAR Clause 52.212-2, Evaluation Commercial Items, is applicable to this acquisition. 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 other f actors considered. The following factors shall be used to evaluate offers: Price and delivery schedule equally. The proposed contract action is for supplies for which the Government intends to award a contract without discussions to one source under the authority of FAR 15.209(a). Interested persons may identify their interest and capability to respond to the requirement. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company mu st be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Proposal should be submitted to Commander, U.S. Arm y Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-SM-C, Dorphelia Foster, Contracting Officer not later than 21 February 2008 by 1600. Questions regarding Solicitation number W31P4Q-08-R-0270 should be addresse d to Kathy Decker, (256) 876-4964 or Dorphelia Foster (256) 876-4189.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01508086-W 20080215/080213224711 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.