Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

A -- THIS REQUIREMENT IS FOR UPGRADE AND REFIT OF THE EN10187-4 AXIS FILAMENT WINDING MACHINE

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Aviation), US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q09R0351
 
Response Due
8/18/2009
 
Archive Date
10/17/2009
 
Point of Contact
joanna.jones, 256-876-8278<br />
 
E-Mail Address
US Army Aviation and Missile Command (Aviation)
(joanna.jones@us.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 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. The solicitation number is W31P4Q-09-R-0348 being issued as a request for quote, however, the US Army Aviation and Missile Command intends to issue a sole source award to Entec Composite Machines, Inc., 2975 S. 300 W., Salt Lake City, UT 84115-3436. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 336415 with a Small Business size standard of 1000 employees. The US Army Aviation and Missile Command is requesting an upgrade and refit of the EN10187 4-axis Filament Winding Machine in support of the Kinetic Energy Active Protection System (KEAPs) program. Minimum specifications are: CLIN 0001 1 EA WiMaxII.net Computer Control System Retrofit -Up to 6 Axes of servo control (New PMAC) -Operator Messages from patterns -Compatible with pattens from previous control system that are non-parametric patterns -Desktop type computer w/keyboard and pointing device -Incremental encoder feedback on servo axes -Windows XP operating system -Hierarchical directory structure with access of most frequently used patterns -Nestable circuite counters -Axis scale and zero control -Will run Linked patterns -Free control system updates for one Year -One Year warranty on parts and labor of Control System CLIN 0002-1 EA Installation of Control System retrofit; CLIN 0003- 1 EA FGX Windows Upgrade; CLIN 0004 - 1 EATensioner Upgrade. FOB destination shipping and delivery to Redstone Arsenal, AL 35898. The estimated delivery timeframe after receipt of order shall be included on quote, as well as the appropriate company cage code and tax identification number. The place of delivery, acceptance, and FOB Point of Destination is Redstone Arsenal, Alabama, 35898. Award shall be based on technical acceptability, delivery and pricing. All responsible sources may submit an offer, which shall be considered by the Agency, if received by 18 August 2009 noon (CST). Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. No telephone requests for solicitation will be accepted. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award, and the selected Offeror must comply with the following commericial item terms and conditions: Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation of Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, 52.247-34 F.O.B Destination; Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 252.232-7003, Electronic Submission of Payment Requests; Clause 252.212-7001 Contract Terms and Conditions; and Clause 52.232-7003, Army Electronic Invoicing Instructions, are applicable to this acquisition; other clauses may be included in the award if applicable. Payment will be made via Wide Area Workflow (WAWF) in accordance with 252.232-7003. Quotes are due no later than 12:00 noon, (CST), 18 August 2009, in the contracting office, Building 5400, Room B143, Redstone Arsenal, Alabama, 35898. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple proposals are received evaluation, the proposals will be evaluated based on lowest price, most technically acceptable quote. Electronic quotes are preferred, but faxed quotes will be accepted. Quotes may be submitted to: joanna.jones@us.army.mil or via facsimile at 256-876-7737, marked to the attention of Joanna Jones. All proposals should also include a copy of your commercial pricelist or price support along with your company's cage code, Taxpayer Identification number, and DUNS number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH23/W31P4Q09R0351/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01898098-W 20090806/090804235437-102bee78efd033d579591ea45f9df91b (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.