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
MODIFICATION

59 -- This is a combined Synopsis/Solicitation for the procurement of 100 each TFOCA Connectors, NSN:5935-01-501-6715, Part Number: FS4H1000-L-1.

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-Q-G012
 
Response Due
3/11/2008
 
Archive Date
5/10/2008
 
Point of Contact
Joseph Haslach, 732-532-1005
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(joseph.haslach@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; A WRITTEN SOLICITATION WILL NOT BE ISSUED. The subject solicitation, W15P7T-08-Q-G012, is a 100% Set-Aside for a Service Disabled Veteran Owned Small Business (SDVOB), for the procurement of 100 each TFOCA Connectors, NSN: 5935-01-501-6715, Part Number: FS4H1000 -L-1. The small size standard (500) is for the North American Industry Classification Systems (334417) code. The above mentioned item will be procured via a Reverse Auction (instructions and agreement listed below). The delivery schedule for this item wi ll be as follows: 100 each TFOCA Connectors, NSN: 5935-01-501-6715, Part Number: FS4H1000-L-1, will be delivered within 90 days after contract award. Packaging requirements are as follows: Standard Commercial Packaging. PROVISIONS AND CLAUSES applicab le to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors - Commercial Items, no addenda included; FAR 52.212-3 Offeror Representations and Certifications  Commercial Items, proposal shall include a completed copy of this provision; FA R 52.212-4 Contract Terms and Conditions  Commercial Items, no addenda included; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, for Paragraph b, the following clauses apply: (14) 52.219-27 , (15) 52.219-28, (16) 52.222-3, (17), 52.222-19, (18) 52.222-21. (19) 52.222-26, (24) 52.222-50, (36) 52.232-33; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Comm ercial Items, for Paragraph b, the following clauses apply: (4) 252.225-7001 and (17) 252.232-7003; FAR 52.227-01 Authorization and Consent; FAR 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-03 Patent Indemnity. Th e following clauses are local CECOM clauses and all interested parties shall request a copy from the Contract Specialist: 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar code Marking; 52.6076, Army Electronic Invoicing and Receiving Repor t; 52.7050, Administrative Data/Instructions to Paying Office; and 52.7080, DFAS Columbus Web Invoicing System. Full text of these provisions and clauses, with noted exception regarding local clauses, may be obtained by accessing any of the following inte rnet websites: http://acqnet.sarda.army.mil or http://farsite.hill.af.mil. Offerors are requested to provide bids for Contract Line Item 0001AA: 100 each TFOCA Connectors, NSN: 5935-01-501-6715, Part Number: FS4H1000-L-1. Reverse Auction Instr uctions and Agreement 1. The United States CECOM Life Cycle Management Command (CECOM LCMC) will conduct an anonymous, online Reverse Auction for the requirements specified in Section B of this solicitation. The specific time for this Reverse Auctio n will be March 19, 2008, starting at 2:00 p.m., Eastern Standard Time. Delivery will be in accordance with the specified delivery schedule stated above. The contractor shall sign and return this agreement, in addition to completed Representations and Cer tifications, FAR 52.212-3 to the Contracting Officer at CECOM LCMC to receive a User ID and Password for the Reverse Auction by COB March 11, 2008. Please submit the following information for user name and password assignment: First and Last Name, Company Name, Mailing Address (Street, City, State & Zip Code), Cage Code, Phone Number, Email Address and Time Zone. All approved contractors will be provided a user name and password, training date and POC prior to start of auction, as well as the web address t o gain access to the auction. Point of Contact for this requirement is Contract Specialist, Joseph Haslach, email address: joseph.haslach@us.army.mil. The con tractor agrees to meet each requirement specified and only offer items that meet or exceed these requirements. 2. By participating in this Reverse Auction, you grant the Government the right to disclose your price; however, your name will be kept an onymous. The Contracting Officer also reserves the right to suspend or cancel the Reverse Auction at any time. If the Contracting Officer cancels the Reverse Auction, the solicitation may be processed following normal Sealed Bid procedures. 3. It is anticipated that a Firm-Fixed Price contract will be executed for this requirement. Contractors must bid on the full quantity only. The price entered on the web site during the Reverse Auction shall be the total price. A contractor shall not be permitted to submit any revised pricing other than the final price submitted during the Reverse Auction. Once the Reverse Auction is complete, the winning contractor shall submit a signed copy via email of their final bid prices to the point of contact above. Contra ctors have 24 hours from the time the Reverse Auction closes to submit a complete breakout of SLIN prices. 4. EXAMPLE: SLIN QUANTITY UNIT PRICE EXTENDED PRICE 0001AA 20 $12.00 $240.0 0 0002AA 20 10.00 200.00 0003AA 1 50.00 50.00 $490.00 (TOTAL BID PRICE) **CAUTION: UNBALANCED BIDS WILL CAUSE CONTRAC TORS TO BE ELIMINATED/FOUND NONRESPONSIVE (SEE FAR 14.404-2(g), 14.405.)** 5. The Governments starting price for this auction will be a total price of $55,622.00. Bids will be submitted in minimum decrements of $500.00. Prices will be submitted in whole dollars only. An offer submitted during the Reverse Auction must differ from the leading offer by at least the decrement listed above. This decrement is also identified on the Auction Preview Screen within the Reverse Auction Tool. 6. The original time period for the Reverse Auction will be 30 minutes. If a bid is submitted within the last four minutes of the time period specified for the Reverse Auction stop time, as indicated by the web site server clock, a five-minute extension period w ill be generated. There will be no limits on the number of extensions in each Reverse Auction; the market price will be the determining factor in closing the auction. If no bids are submitted within the extension period, the Reverse Auction will close. < BR> 7. By participating in the Reverse Auction, contractors certify they will not knowingly disclose their price to any other bidder except anonymously during the Reverse Auction. The contractors further certify that anonymous disclosure of its price du ring the Reverse Auction shall not be for the purpose of restricting competition. 8. Basis for Award: At the conclusion of the Reverse Auction, the Government intends to make an award to the contractor who submits the lowest total price and i s deemed responsible by the Contracting Officer. The contractors must bid on the quantity identified in this solicitation. The Contracting Officer reserves the right to make no award under this procedure. Contractors must sign and return this agreement.<B R> I hereby agree to the above: _________________________________________________ Contractor Authorized Agent (Insert name and phone number) ___________________________ ______________________ Company Name _________________________________________________ Date If there are any questions or concerns, please contact: Joseph Haslach Contract Specialist AMSEL-AC-CB-RT-E (HAS) CECOM Acquisition Center Fort Monmouth, NJ 07703 Phone: (732)532-1005 Fax: (732)427-1414 Email: joseph.haslach@us.a rmy.mil The deadline for receipt of responses to this combined synopsis/solicitation is March 11, 2008 at 1:30 p.m. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-08-Q-G012/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01520289-F 20080301/080228232108 (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.