Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2009 FBO #2912
SOLICITATION NOTICE

59 -- 2GB PCMCIA DATA TRANSFER CARD

Notice Date
11/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T10RG204
 
Response Due
12/11/2009
 
Archive Date
2/9/2010
 
Point of Contact
raina.derrick, (732) 532-1532
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(raina.derrick@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. COMBINED SYNOPSIS AND SOLICITATION SOLICITATION NO. W15P7T-10-R-G204 This is a combined synopsis and solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation a proposal is being requested and a separate written solicitation will not be issued. The solicitation number assigned to this effort is W15P7T-10-R-G204. This effort is intended to be awarded on a sole source basis to Falcon Electronics Inc., 47 Mall Drive, Commack, NY 11725 under the authority of 10 U.S.C. 2304(c)(1). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular No.: 2005-21. The North American Industry Classification System (NAICS) Code for this effort is 334418 with the corresponding Small Business size standard of 500 employees. The U.S. Army Contracting Command, CECOM Contracting Center (CCCE), Fort Monmouth, NJ 07703 intends to award a firm-fixed-price (FFP) type contract for a quantity of 1,400 each, PCMCIA Data Transfer Card (DTC), NSN: 7045-01-519-5103, Commercial Part No.: SSD-PO2GI-3068. The period of performance for this award will be 270 days. The offeror shall provide the terms of their commercial warranty with their proposal. The delivery schedule shall be quantity 300 each commencing 120 days after contract award and continue at a rate of 300 each month thereafter until completion. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging. Inspection and Acceptance shall be at SOURCE. Shipments are to be FOB DESTINATION, FAR 52.247-34, to DoDAAC: W25G1U, XU Transportation Officer, DDSP New Cumberland Facility 1, 2001 Mission Drive Door 113-134, New Cumberland, PA 17070-5001. The Defense Priorities and Allocations System (DPAS) assigned rating for this acquisition is DOA7. There will be one (1) CLIN, 0001, for a quantity of 1,400 each PCMCIA DTC, NSN: 7045-01-519-5103, Commercial Part No.: SSD-PO2GI-3068. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. In accordance with FAR 52.212-5(b), the following clauses also apply: FAR 52.203-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. In accordance with DFARS 252.212-7001(b), the following clauses also applies: 252.203-7000, 252.232-7003, and 252.243-7002 The offeror shall include a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification Commercial Items, Alternate I with their offer. Additional provisions and clauses applicable to this acquisition are as follows: FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, FAR 52.204-4 Printed or Copied Double-Sided On Recycled Paper FAR 52.204-7 Central Contractor Registration, FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.215-21, Requirements for Cost or Pricing Data or Information Other Than Costs of Pricing Data Modifications FAR 52.222-29, Notification of Visa Denial FAR 52.227-01, Authorization and Consent, FAR 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement, FAR 52.227-03, Patent Indemnity, FAR 52.227-06, Royalty Information, FAR 52.227-09, Refund of Royalty, FAR 52.232-11, Extras, FAR 52.242-13, Bankruptcy, FAR 52.242-15, Stop-Work Order, FAR 52.246-15, Certificate of Conformance, FAR 52.246-16, Responsibility for Supplies, FAR 52.247-34, F.O.B. Destination, FAR 52.247-48, F.O.B. Destination Evidence of Shipment, FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference, DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004, Alternate A, Centeral Contractor Registration (52.204-7) DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist County, DFARS 252.211-7005, Substitution for Military or Federal Specifications and Standards, DFARS 252.211-7006, Radio Frequency Identification, DFARS 252.232-7010, Levies on Contract Payments, DFARS 252.243-7001, Pricing of Contract Modifications, DFARS 252.246-7000, Material Inspection and Receiving Report The full text of these provisions and clauses, with noted exception to the below-listed local clauses, may be obtained by accessing either of the following: http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov/far/ The following clauses are local CECOM Contracting Center (CCCE) clauses. If needed, the offeror shall request a copy of these local clauses from the Contract Specialist: 52.6106, Notice: Solicitation Ombudsman 52.6076, Army Electronic Invoicing and Receiving Report Instructions (WAWF), 52.6110, Mandatory Use of Contractor to Government Electronic Mail, 52.6115, Material Inspection and Receiving Reports, DD Form 250, DFARS Appendix F, 52.7043, Standard Practice for Commercial Packaging, 52.7047, Bar Code Marking, 52.7050, Administrative Data/Instructions to the Paying Office, The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register with the Central Contractor Registration (CCR) by calling (800) 334-3414 or at http://www.ccr.gov. The CECOM CCCE has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry, to allow electronic posting of solicitations for Request for Proposals (RFP), and Invitations for Bids (IFB). All parties interested in doing business with the U.S. Army Contracting Command, CECOM Contracting Center (CCCE) are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The offeror shall submit their proposal through the Interactive Business Opportunities Page (IBOP) NLT 16:30 EST on 11 December 2009. Questions and or concerns regarding this solicitation/synopsis shall be directed to Raina M. Derrick, Contract Specialist via phone at (732) 532-1532 or email raina.derrick@us.army.mil. The Contracting Officer for this acquisition is Joseph W. Lagrotteria via phone (732) 532-2819 or email joseph.william.lagrotteria@us.army.mil. In accordance with FAR 5.207(c)(15)(i), all responsible sources may submit a proposal which shall be considered by the agency. Registration guidance for the Interactive Business Opportunities Page (IBOP) website is provided under User Services at the User Registration Link on the Interactive Business Opportunities Page (IBOP) website. For technical Interactive Business Opportunities Page (IBOP) related issues unrelated to registration, call (732) 532-1840 or (732) 532-5246. This synopsis/solicitation has been posted to the Interactive Business Opportunities Page (IBOP) under Solicitation No.: W15P7T-10-R-G204.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6236613bee59f5747cacee94b4db1d2e)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02002827-W 20091114/091112235513-6236613bee59f5747cacee94b4db1d2e (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.