Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

59 -- Converters

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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-1066
 
Response Due
6/15/2009
 
Archive Date
8/14/2009
 
Point of Contact
Steve Tirone, 928-328-6287<br />
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(steve.tirone@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W9124R-09-T-1066 Response: COB, June 15, 2009 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, Part 13 Simplified Acquisition Procedures 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. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of thirty (30) new, Brand Name or Equal Transitions Networks Converters part number S4TEF1035-110-NA. Specifications: 1. Capable of transmitting at least 4 RJ-45 E1's or 4 RJ-45 T1's. Must be configurable to handle either E1's or T1's. 2. Capable of transmitting at least one 10/100 BaseT Ethernet or better. 3. Must transmit the E1/T1's and Ethernet over a pair of single mode fiber utilizing SC connectors for at least 120 km at 1550 nm wavelength. 4. Maximum volume of device is 75 cubic inches -Must come with AC power supply -Must use less than 36 Watts power -High Reliability -Simple configuration -Configuration is not lost after power loss. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 (14 May 2009) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20090115 edition. Government IMPAC (Visa) Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. Offerors shall account for any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 423690 with a size standard of 500 employees. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. All prospective offerors must be in possession of, or obtain a Data Universal Numbering System (DUNS) number, a Commercial and Government Entity (CAGE) Code, be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov/Default.aspx, and the Online Representations and Certifications Application database at https://orca.bpn.gov. Call 1-888-227-2423 for more information or visit the CCR website listed above. In order to manually 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; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the ORCA Website. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked W9124R-09-T-1066, Shredders and emailed to the POC listed below or via facsimile (928) 328-6849 no later than COB, June 15, 2009. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the responsible bidder whose quote 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 52.202-1 Definitions (July 2004), FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government (Oct 1995), FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items (Mar 2009), FAR 52.229-3 Federal, State, and Local Taxes (Apr 2003), DFAR 252.246-7000 Material Inspection and Receiving Report (Mar 2008), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (May 2009). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008), FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004), FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004), FAR 52.222-54 Employment Eligibility Verification (Jan 2009), FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007), FAR 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007), FAR 52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act (Feb 2009), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003), FAR 52.232-36 Payment by Third Party (May 1999), FAR 52.203-3 Gratuities (Apr 1984), DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009). DFAR 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), DFAR 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005), DFAR 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005), DFAR 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005), 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jan 2009), DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFAR 252.243-7002 Requests for Equitable Adjustment (Mar 1998), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 5 days instead of 45 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1066/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01840641-W 20090612/090610234724-22d3559d96843577543e8e65a43fc9bb (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.