Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

25 -- ASSYMETRIC WARFARE GROUP (AWG)- M1022-A1 Dolly Set Mobilizers

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-09-T-0155
 
Response Due
9/18/2009
 
Archive Date
11/17/2009
 
Point of Contact
lisa.yamakawa, 410-278-6129
 
E-Mail Address
RDECOM Acquisition Center - Aberdeen
(lisa.j.yamakawa@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The combined synopsis/solicitation number is W91CRB-09-T-0155. Under this requirement the contractor shall provide FOB Destination pricing for US Military Standard M1022-A1 Dolly Set Mobilizers, associated parts, accessories, and initial training on operation, using ATTACHMENT 1. FOB Destination pricing shall include any freight charges in order to SHIP TO: Rapid Equipping Force (REF), 2286 Morrison Street, Ft. Meade, MD 20755-5355. The REQUESTED DELIVERY: 30 days or less, offerors shall propose their delivery schedule on ATTACHMENT 1. The following items and quantities are required: one (1) M1022-A1 Dolly Set Mobilizer (NEW), one (1) M1022-A1 Dolly Set Mobilizer (REFURBISHED), two (2) Side Lift Kit, two (2) M1022-A1 Tarp Assembly, two (2) Protective Bellows set (4 each per set), two (2) Engine Tray Cover Set (2 each per set), one (1) Spares Kit for initial fielding, one (1) 3-Day onsite training at Ft. Meade on operation. Any travel associated with the onsite training shall be in accordance with the Joint Travel Regulations (JTR). The Government intends to award a firm, fixed price-type contract to the lowest priced, technically acceptable offeror. The Federal Acquisition Regulation (FAR) provision 52.212-1 applies to this acquisition. The provision at FAR 52.212-3 applies to this acquisition. The Department of Defense Federal Acquisition Regulations Supplement (DFARS) provision at 252.212-7000 applies to this acquisition, paragraph (b) of the provision does not apply to this solicitation. The clauses at FAR 52.212-4 and 52.246-2 apply to this acquisition. FAR Clause 52.212-5 applies to this acquisition; the following additional clauses cited within 52.212-5 are applicable: (1) 52.203-6, (6)(i) 52.219-6, (8) 52.219-8, (16) 52.219-28, (17) 52.222-3, (18) 52.222-19, (19) 52.222-21, (20) 52.222-26, (21) 52.222-35, (22) 52.222-36, (23) 52.222-37, (24) 52.222-39, (33) 52.225-13, and (38) 52.232-33. The clause at DFAS 252.204-7000 applies to this acquisition. The clause at DFARS 252.212-7001 applies to this acquisition; the following additional clauses cited within 252.212-7001 are applicable: 52.203-3 Gratuities, (1) 252.203-7000, (13)(i) 252.225-7036, (18) 252.232-7003, and (20) 252.243-7002.. While not scored or evaluated for an award decision, offerors shall provide a completed copy of FAR, 52.204-8 and 52.219-1, and DFARS 252.212-7000, and/or complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ for review by the Government, as part of their proposal. The North American Industry Classification System (NAICS) code for this acquisition is 336212 and the small business size standard is 500 employees. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by FRIDAY, 18 September 2009, no later than 10:00 AM EST to lisa.j.yamakawa@us.army.mil or faxed to 410-306-3920 at the US Army RDECOM Acquisition Center. E-mail submissions are acceptable/preferred; however, do not send.zip files, as they will be automatically deleted by our e-mail server. ****NOTE : DISCLOSURE OF UNIT PRICE INFORMATION - This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to a request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased and that data is located at Section B, in the CLIN unit pricing information. THE GOVERNMENT CONSIDERS ALL OBJECTION TO BE WAIVED UNLESS THE CONTRACTING OFFICER IS NOTIFIED (IN WRITING WITH A STATEMENT OF ALL GROUNDS UPON WHICH DISCLOSURE IS OPPOSED) OF YOUR OBJECTION TO SUCH RELEASE PRIOR TO SOLICITATION CLOSING DATE.Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Lisa J. Yamakawa, Contract Specialist Intern, phone (410) 278-6129, fax (410)306-3920, or email lisa.j.yamakawa@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRB-09-T-0155/listing.html)
 
Place of Performance
Address: Rapid Equipping Force (REF) 2286 Morrison Street, ATTN: Dan Gust Ft. Meade MD
Zip Code: 20755-5355
 
Record
SN01954565-W 20090916/090915002225-35c89a71e9317670305bb216f498493a (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.