Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

28 -- One Time Purchase of 1st/2nd Disk (HPC)

Notice Date
1/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5708
 
Response Due
1/23/2009 2:00:00 PM
 
Archive Date
2/7/2009
 
Point of Contact
Robert M. Parvin,, Phone: 785-274-1944, Linda M. Ehrhart,, Phone: 7852741542
 
E-Mail Address
robert.parvin@ng.army.mil, linda.ehrhart@ng.army.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W912JC-09-R-5708 is issued as a Request for Proposal (RFP) and is restricted to approved vendors of the U.S. Army Tank Command, Warren MI. 48397-5000 and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2200. These parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain quality of the part. All Offerors must meet prequalification requirements in order to be eligible for award. This is a one-time commercial purchase contract for 25 each 1st/2nd Disk (HPC), NSN 2835-01-446-6202, ARMY P/N 1228282, Honeywell P/N: 3-105-110-06. The OEM holds the proprietary technical specifications. Firms that recognize and can produce the required item described above are encouraged to submit a proposal. Schedule: Offerors shall submit a delivery schedule. Cost: Prospective Offerors shall submit a price proposal for the cost to produce the individual part, wherein shipping costs shall be included in the production price. Technical: Offerors must submit a complete technical data package addressing the production process, inspections, and reports as referenced. The proposal shall include pricing for the base year, option year one through the completion of option year four to include price difference based on the minimum and maximum unit order specified. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. Multiple awards will not be issued. The NAICS is 332710. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standard. First Article Test will be required prior to award, unless you have performed this contract previously for the Kansas Army National Guard, (ATEAM) Ft. Riley Kansas. Vendor will be paid for First Article tests upon successful inspection by (ATEAM). This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I. 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222¬35; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please e-mail robert.parvin@ng.army.mil or linda.ehrhart@ng.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=319db7a6253916518cda14d1a8eb6c67&tab=core&_cview=1)
 
Place of Performance
Address: ATEAM, 741 Ray Rd, Ft Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN01734944-W 20090122/090121063207-319db7a6253916518cda14d1a8eb6c67 (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.