Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

66 -- MINICAMS

Notice Date
2/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S609T0018
 
Response Due
3/2/2009
 
Archive Date
5/1/2009
 
Point of Contact
Gene Casteel, 435-831-3455<br />
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of three versions of MINICAMS, to include consumable products, as follows: three (3) each Series 3001 Field MINICAMS, including a GC module with Halogen Specific Detector, p/n: FM-3001-XSD-DB-210; two (2) each field MINICAMS, including a GC module with Halogen Specific Detector, p/n: FM-3001-XSD-DB-1701; ten (10) each Regulators, p/n: GGE-100; ten (10) each Controllers, p/n: 12625; four (4) each field MINICAMS, to include built-in controller and FPD, p/n: FM-3001-FPD; four (4) each linear mass flow controllers, p/n: LMF-020S; two (2) each Tenex PCT Tubes (1,000 per pack), p/n: PBT-103; two (2) each Heysep PCT Tubes (1,000 per pack), p/n: PBH-100; one (1) each Conversion Pads, p/n: VGP-103; one (1) each Dust Pads, p/n: DFF-380; and four (4) each Flame Ionization Detectors, p/n: FIO-100. (brand name or equal), equal to or greater. See FAR clause 52.211-6. Note: This is a notice of intent to negotiate on a sole source basis with C M S Research Corporation, 2148 Pelham Parkway, Building 400, Pelham, AL., 35124-131. Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from on responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-09-T-0018. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334519 (500 employees) applies to this procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.211-6, Brand Name or Equal; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employees Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration. The clause at DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000, Offeror Representations and Certification Commercial Items; and DFARS 252.232-7010, Levies on Contract Payments applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.203-3, Gratuities; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.227-7015, Technical DataCommercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards; Notice To Offerors Use of Class I Ozone Depleting Substances; Army Contracting Agency Executive Level Agency Protest Program and Legend of Acronyms and Brevity Codes. All quotes must be emailed to Gene Casteel at gene.l.casteel@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Gene Casteel at genel.lcasteel@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, 02 Mar 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=74ce89939d7d7230eab4cbd4b587e1be&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
Zip Code: 84022-5000<br />
 
Record
SN01751471-W 20090219/090217215645-74ce89939d7d7230eab4cbd4b587e1be (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.