Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

34 -- Engine Lathe

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
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
W9124R-09-T-1047
 
Response Due
4/28/2009
 
Archive Date
6/27/2009
 
Point of Contact
Erik Reta, 928-328-6163<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This CSS is being issued as a Brand Name or Equal in accordance with FAR provision 52.211-6 Brand Name or Equal (Aug 1999). This announcement constitutes the only solicitation and a written solicitation will not be issued. This requirement is 100% Small Business Set- Aside.The Standard Industrial Classification (SIC) is 7371 and The North American Industry Classification System (NAICS) is 333513 with a size standard of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, effective 17 Feburary 2009 and Defense Federal Acquisition Regulation Supplement (DFARs), edition current to DCN 20090115. It is anticipated that payment will be made by Government VISA Credit Card. The contractors proposal shall consist of Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Engine Lathe (See attachment label Salient Characteristics for a Precision Engine Lathe for a full description of the requirement of the requirement). Detailed requirement salient characteristic specifications for this CSS, and other pertinent information applicable to this solicitation are located at the U.S. Army Mission and Installation Contracting Command Center - Yuma website at http://www.yuma.army.mil/site_contracting.asp. All proposals shall be clearly marked with Solicitation Number W9124R-09-T-1047 and emailed to ypgcontracting@conus.army.mil no later than 3:00 PM MST, April 28, 2009. In addition, all technical questions concerning this requirement must be emailed to the POC below no later than 23 April 2009 at 12:00 PM Mountain Standard MST. Please call 928-328-6424 for more information on any technical questions that may arise. Offers that fail to furnish required representations required by FAR 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instruction to OfferorsCommercial Items (Jan 2009). NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffar1.htm, locate the referenced clause, copy and paste it to a Word document and complete. FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (Feb 2008) with Alternate I (Apr 2002) and DFARs 252.212-7000 Offer Representations and Certifications-Commercial Items (Jun 2008) apply to this acquisition. FAR clause 52.212-4 Contract Terms and ConditionsCommercial Items (Oct 2008) applies to this acquisition, and specifically addendum, FAR 52.219-6 Total Small Business Set-Aside (Jun 2003), FAR 52.219-28 Post Award Small Business Program Representation (June 2007), FAR 52.222-3 Convict labor (June 2003), FAR 52.222-21 Prohibition of Segrated Facilities (Feb 1999), FAR 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Mar 2007) applies to this acquisition. FAR 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-19 Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.232-33 Payment by Electronics Funds Transfer-Central Contract Registration (Oct 2003), 52.232-34 Payment by EFT-Other than CCR (May 1999), FAR 52.232-36 Payment by Third Party (May 1999). DFARS clause 252.203-7000 Requirments Relating to Compensation of Former DoD Officials (JAN 2009). DFARS clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), specifically 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program (Jan 2009). DFARS provision 252.232-7003 Electronic Submission Payment Requests (Mar 2007), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (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 email address provided herein for notification of amendments. Your proposal must indicate whether you will accept payment method by VISA or electronic funds transfer (EFT), state warranty terms and conditions and time of delivery.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4eb7fb2c5f23129017046d0de7f7e700&tab=core&_cview=1)
 
Place of Performance
Address: MICC, Yuma Proving Ground - DABK41 ATTN: CCMI-RCY, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01795695-W 20090419/090417215658-4eb7fb2c5f23129017046d0de7f7e700 (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.