Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

61 -- Portable Radio Batteries

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - North, Army Reserve Contracting Center - North, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA09T0051
 
Response Due
2/10/2009
 
Archive Date
4/11/2009
 
Point of Contact
Catherine Gierke, 608-388-6104<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-09-T-0051 is issued as a Request for Quotation (RFQ) and is due by 4:00 p.m. CST, 10 Feb 2008. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. CLIN 0001: Portable Radio Batteries, Motorola NTN9862C or equal product: Motorola Original NTN9862C: 7.2V/2750 mAh LION IMPRES Battery. Must be compatible with the XTS 3000 & XTS 5000 Motorola Radios, an Operational time not less than 13 Hours, a Minimum rated capacity of 2700 mAH, a Chemistry make up of Li-ion, must meet the Intrinsic safety standard of FM, needs to support a belt clip, have a Operating temperature range of -20C - +60C, and a Warranty of 18 Months when used exclusively with an IMPRES charger. FOB: Destination, 50 Each @$_________. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clauses 252.211-7003 Alt I, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transportation of Supplies by Sea (Alt III); and DFARS Clauses 252.225-7000 Buy American Act Balance of Payment Program Certification and 252.225-7002, Qualifying Country Sources as Subcontractors. AMC 5152.233-9000, AMC-Level Protest Program (Nov2008). In accordance with DFARS 252.232-7003, the contractor shall submit their payment request electronically using the Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. The WAWF website is located at https://wawf.eb.mil and there is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under About WAWF, Training External Link, Vendor Getting Started Guide. Contractors may also obtain assistance by contacting the WAWF Customer Support (Help Desk) at toll free- 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittance addresses, unit and extended price per CLIN, discount terms, technical information displaying features of proposed equal for comparison to suggested product, DUNS number, and Tax Identification Number. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at http://ocra.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have DUNS #, obtain one by calling 800-333-0505. QUOTES MAY BE SUBMITTED by mail, Email, or fax. If you have questions, contact Catherine Gierke, Contract Specialist, catherine.gierke@us.army.mil. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S. 8th Ave, Fort McCoy, WI 54656-5151, no later than 10 Feb 09, 4:00 PM CST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9eb799045705ced8a0cf369b6b951aae&tab=core&_cview=1)
 
Place of Performance
Address: Army Reserve Contracting Center - North Building 2103, 8th Avenue, Fort McCoy WI<br />
Zip Code: 54656-5153<br />
 
Record
SN01747007-W 20090211/090209220332-9eb799045705ced8a0cf369b6b951aae (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.