Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

39 -- Robotic Ammunition Handling System

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R10T1035
 
Response Due
6/24/2010
 
Archive Date
8/23/2010
 
Point of Contact
Christina Mokrane, 928-328-3595
 
E-Mail Address
MICC Center - YPG
(christina.mokrane@conus.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. Combination Synopsis/Solicitation Solicitation Number: W9124R-10-T-1035 Technical Questions: June 20, 2010 5:00PM MST Response Date: June 24, 2010 12:00PM NOON MST This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-41, Effective 13 May 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) current to DCN 20100608 edition. This commercial item acquisition is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 423830 with a size standard of 500 employees. The awarded contract will be Firm Fixed Priced. It is anticipated that payment will be made by Government Visa Impac Credit Card. Offerors shall account for any costs associated with accepting credit card payment. All prospective offerors must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Offerors shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum specifications of the item being solicited. A site visit will be held at the U.S. Army Yuma Proving Ground located in Yuma, Arizona on June 17, 2010 at 8:00AM MST. The purpose of the site visit is to familiarize offerors with the Governments technical requirements and to allow potential offerors the opportunity to view the current Robotic Ammunition Handling System. Offerors are highly encouraged to attend. Failure to attend will not relieve the successful offeror from providing an end product that meets the Governments minimum technical requirements. Any offeror interested in attending the site visit shall provide the following information on their company letterhead: 1) Full name of all individuals wishing to attend; 2) Social Security Number; 3) Place of birth; 4) Date of birth and 5) Citizenship. This information shall be provided to the point of contact below or via fax at: 928-328-6534 no later than 12PM NOON MST on June 16, 2010. The Combined Synopsis/Solicitation (CSS) and Minimum Specifications are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/site_contracting.asp. The quotation shall consist of two Contract Line Item Numbers (CLINs) as follows: CLIN 0001, Quantity of one (1) each Robotic Ammunition Handling System (RAHS), to include installation, training and warranties; and OPTION CLIN 0002, End effectors, up to a total quantity of three (3) which can be purchased in single or multiple quantities. Product delivery shall be made to the U.S. Army Yuma Proving Ground, AZ within 120 days of contract award. Training shall be provided at the U.S. Army Yuma Proving Ground, AZ immediately following the completion of installation with the system fully operational. The Government anticipates award on a best value basis. Per FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability. Those offerors determined to meet the minimum salient characteristics will then be evaluated for experience, technical capability (specifically in the areas of Software and Hardware; some examples of product capabilities the government may review include but are not limited to: using software programming languages common in industry and providing those source codes for future use, software interfacing, an intuitive ease of use of the GUI program, programmable teach mode and dry test run capabilities, ability to recover from teach mode programming errors or to edit a test profile and hardware interfacing), past performance and price. In evaluating past performance, the government may review criteria to include, but not limited to, quality of product, customer satisfaction and product currently in use. This solicitation is being issued as a Request for Quotations (RFQ). All quotations shall be clearly marked with RFQ referencing number W9124R-10-T-1035 and e-mailed to the Point of Contact (POC) below no later than 12PM NOON MST on 24 June 2010. In addition, all technical questions concerning this requirement must be e-mailed to the Point of Contact below no later than 5:00PM MST on 20 June 2010. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A synopsis of your companys experience in manufacturing RAHS and similar systems, (4) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (5) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements; (6) Recent (within the last 3 years) and relevant past performance information on no less than three other contracts in which you provided same or similar items. Past performance information shall include: Contract Number, Company/Agency Name and Address, and Point of Contact (Name) to include phone number and e-mail address; (7) Proposed delivery schedule; (8) price (both unit price and total price shall be provide for each individual CLIN listed above) to include any applicable freight; (9) Acknowledgement of any amendments to the RFQ and (10) A statement indicating that Government Visa Impac credit card will be accepted as the method of payment. Offerors that fail to furnish the required representations or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008). NOTE: In order to complete the Representations and Certifications for the following referenced provisions, you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Mar 2009) applies to this acquisition. Addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) and 52.232-36, Payment by Third Party (Feb 2010). FAR Clauses 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996) and 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) also apply to this acquisition. The following DFARS provisions apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) and 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Dec 2009). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010) applies to this acquisition, and specifically, FAR Clause 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS clauses 252.211-7003, Item Identification Valuation (Aug 2008); 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003) and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/958e7f3ecca2b7a5122511ac66a74230)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02174985-W 20100613/100611234347-958e7f3ecca2b7a5122511ac66a74230 (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.