Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

49 -- Dr. Diesel Technologies Diagnostic Analyser Test Set - I (DATS-I)

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN09T0010
 
Response Due
9/3/2009
 
Archive Date
11/2/2009
 
Point of Contact
James A. Belaski, 802 338 3186
 
E-Mail Address
USPFO for Vermont
(james.belaski@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items provided in accordance with the format in Subparts 12.2, 12.6 and 13.5, as supplemented with additional information included in this notice. Solicitation W912LN-09-T-0010 is issued as a Request for Proposal and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-36. This procurement is a total set-aside for small business. The NAICS code and small business size standard for this procurement are 423430 and 100 employees respectively. The vendor must state in their quotation their business size for this procurement. USPFO for Vermont, VT-PFO-PC, has a Firm Fixed Price requirement for a vendor to provide six (6) diagnostic analyzer test sets for tactical military vehicles. The required equipment specifications are listed in solicitation W912LN-09-T-0010. The quote shall include shipping costs to Colchester, VT 05446. A written copy of the RFQ is available via email request to bernhardt.smylejr@us.army.mil (802) 338-3189 or james.belaski@us.army.mil (802) 338-3186. The following clauses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. On-line registration is available at http://orca.bpn.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-28, Post Award Small Business Representation Program; FAR 52.222-19, Child Labor-Cooperation with Authorizes and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer, Other Than Central Contractor Registration; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Offers must be sent in writing, by fax or email to the Contracting Officer listed above not later than 3:00 p.m. eastern standard time, 3 September 2009. The mailing address is: USPFO for Vermont, ATTN: Purchasing & Contracting, 789 Vermont National Guard Rd., Colchester, VT 05446-3099. The fax number is (802) 338-3184. Award will be made on or about 20 September 2009. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR via the Internet at http://www.ccr.gov. The government will award a contract resulting from this solicitation to a responsible vendor whose quote conforms to this solicitation and is considered most advantageous to the Government. If any of the items being quoted are under GSA schedule, provide the schedule number and ordering information. All responsible sources may submit an offer which, if received in a timely manner, will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN09T0010/listing.html)
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
 
Record
SN01926147-W 20090827/090826001429-384fb64d2a5a69b6b255aaaad1618278 (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.