Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

66 -- Solar Test Chamber

Notice Date
7/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, 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
W81R8T8140004
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
mendoza1, 928-328-6922
 
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. This synopsis is being issued per FAR 52.211-2 for brand name or equal components. This requirement is being issued under FAR 13.5 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080513 Edition. The awarded contract will be a firm fixed priced contract. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% small business set aside. The North American Industry Classification System (NAICS) is 334513 with a size standard of 500 Employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The quotation shall consist of one Contract Line Item Numbers (CLIN) 0001, Description as follows:CLIN 0001: 1EACH Solar Test Chamber. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offerer. 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 factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Price; 3. Past performance (see FAR 15.304); Evaluation factors when combined, will be sgnificatly more important than cost or price. The requirement specifications, Statement of Work (SOW), Evaluation Color Criteria, this CSS, or any other pertinent information applicable to this solicitation are located at the U.S. Army Contracting Agency, Yuma web site at www.yuma.army.mil/contracting under RFQ W81R8T8140004. Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). All quotations shall include all necessary costs required to execute the SOW. Offers shall be clearly marked with RFQ referencing number # W81R8T8140004 and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than then 25 August 2008 at 11:00 a.m. Mountain Standard Time (MST). A site visit has been schedule for 12 August 2008 at 9:00 a.m. MST. Technical questions must be submitted in writing on or before 3:00 p.m. MST 14 August 2008. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM, 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM, Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to the point of contact below. E-mail submission is preferred. Offerors 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 Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (June 2008), 52.212-2 Evaluation Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications Commercial Item (June 2008) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. An offerer shall complete only paragraph (b)(1)(2) of FAR 52.212-3 if the offerer has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (June 2008) 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), with Alternate I (Oct 1995), 52.219-6, Notice of Total Small Business Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.219-28 Post Award Small Business Program Representations (June 2007), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2006), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.211-7003 Item Identification and Valuation (JUN 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), specifically DFAR provision 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008), 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004), 252.232-7003 Electronic Submission Payment Requests (Mar 2008), 252.243-7002, Requests for Equitable Adjustment (MAR 1998), DFARS provision 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 Point of Contact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=675a13de9e2b66e768eab21646d1811f&tab=core&_cview=1)
 
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
 
Record
SN01627297-W 20080801/080730223450-675a13de9e2b66e768eab21646d1811f (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.