Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
SOLICITATION NOTICE

58 -- Brand Name or Equal to ITS Model 6055B-6G Time Inserter, Video VTI GPS/IRIG

Notice Date
2/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment 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
W9124R08T1019
 
Response Due
3/6/2008
 
Archive Date
5/5/2008
 
Point of Contact
Robert Pich, 9283286909
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(robert.pich@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-08-T-1019 Response Date: 6 March 2008, 12:00 Noon MST Technical Questions: 03 March 2008, 12:00 Noon MST This is a combined synopsis/solicitation for commercial items pre pared 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 supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation. A Request for Quotations (RFQ) is being requested and a written solicitation will not be issued. This requirement is being issued under the simplified acquisition procedures per FAR 52.216-21 for brand name or e qual components. Anticipated contract delivery date will be 30 days after award. The solicitation document and incorporated provisions and clauses are those in effect through Fac 2005-23, Effective 25 Jan 2008 & Class Deviation 2005-o0001 and Defense Fede ral Acquisition Regulation Supplement (DFARs), current to DCN 20080124 Edition. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 334119 with a size standard of 1000 employees. All prospectiv e offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The requirement is for Contract Line Item Numbers (CLIN) 0001, Estimated Quantity 3 , Unit of Issue: Each, Description: ITS Time inserter, Video VTI GPS/IRIG Model number 6055B-6G. The specification, statement of work, with the CSS are located at the U.S. Army Contracting Agency Yuma web site www.yuma.army.mil/contracting under RFQs. All proposals sha ll be clearly marked with RFQ number W9124R-08-T-1019, must be priced per individual clin and emailed to the name and address listed below or sent by facsimile to 928-328-6849 no later than Noon MST, 6 March 2008. The deadline for technical questions is N oon MST, 3 March 2008. The Government intends to award to the responsible offeror whose offer conforms to the solicitation and will be the most advantageous to the Government based on technical acceptability and lowest price (representing 50% of evaluation weight). 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 an d Provisions are incorporated by reference and apply to this acquisition. FAR 52.211-6 Brand Name or Equal (Aug 1999); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.211-7003 Item Identification and Valuation (Jun 2005); 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 go to the Air Force Web Site at http://farsite.hill.af.mil, locate the referen ce clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commerc ial Items (June 2005). If in completing DFARS 252.12-7000 (c), the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notifica tion of Transportation of Supplies by Sea. 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 Representations 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). FAR 5 2.212-5 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 52.219-6 Notice of total small Business Set-Aside (Jun 2003), 52.219-8 Utilization of Small business Concerns (May 2004); 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 19 99), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Em ployment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O.13201), 52.222-50 Combating Trafficking in Persons (Aug 2007); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7000 Buy American ActBalance of Payments Program Certificate; 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms a nd Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2006) applies to this Acquisition, and specifically 52.203-3 Gratuities (APR 1984), 252.243-7002 Requests for Equitable Adjustment (MAR 1998), 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the name and address listed below o r facsimile (928) 328-6849. See Note 1. Note 22 has been changed from forty-five days to seven days
 
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
SN01519683-W 20080301/080228224621 (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.