Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

66 -- MINICAM 3500

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Dugway Proving Ground DOC, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S610T0021
 
Response Due
6/10/2010
 
Archive Date
8/9/2010
 
Point of Contact
Gene Casteel, 435-831-3455
 
E-Mail Address
Dugway Proving Ground DOC
(gene.l.casteel@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of seven (7) each new series MINICAM (Miniature Chemical Agent Monitoring System), model number 3500, chassis GC (Gas Chromatograph) module, including FPD detector, single channel electrometer connections for single and parallel communications, manuals, expendable supplies, and training, to include DB-1 column installed, p/n: FM3500FPD; seven (7) each new series MINICAM (Miniature Chemical Agent Monitoring System), model number 3500, chassis GC (Gas Chromatograph) module, including FPD detector, single channel electrometer connections for single and parallel communications. manuals, expendable supplies, and training, to include DB-210 column installed, p/n: FM3500FPD; fourteen (14) each Flame Ionization Detectors, p/n: FIO-100; and fourteen (14) each Dual Electrometer Boards, p/n: DDB-100M, installed. Note 1: This is a notice of intent to negotiate on a sole source basis with CMS Research Corporation, 2148 Pelham Parkway, Building 400, Pelham, AL., 35124. Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Note 2: Funding for this requirement is not currently available. This requirement is for process to point of award only. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-10-T-0021. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334519 (500 employees) applies to this procurement. The following provisions and/or clauses applies to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: 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 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; FAR 52.204-7, Central Contractor Registration; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration and FAR 52.247-34, F.O.B.: Destination (Accountable Property Officer, Building 5465, Dugway Proving Ground, Dugway, Utah, 84022). DFARS 252.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252-212-7000, Offeror Representations and Certification Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7021, Trade Agreements; DFARS 252.225-7020, Trade Agreements Certificate; DFARS 252.227-7015, Technical DataCommercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7002, Requests for Equitable Adjustment and DFARS 252.247-7023, Transportation of Supplies by Sea. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards; Notice to Offerors Use of Class 1 Ozone Depleting Substances; AMC Level Protest Program and Legend of Acronyms and Brevity Codes. All quotes must be emailed to Gene Casteel at gene.l.casteel@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Gene Casteel at gene.l.casteel@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday, 10 Jun 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b5f16b49970cf64754d7b891bf3dd74)
 
Place of Performance
Address: Dugway Proving Ground DOC Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02159040-W 20100527/100525234649-6b5f16b49970cf64754d7b891bf3dd74 (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.