Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

58 -- 64 Channel Video Multiplexer

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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
W9124R10T1042
 
Response Due
6/21/2010
 
Archive Date
8/20/2010
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - YPG
(kimberly.ross3@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 (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. The 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 Federal Acquisition Circular (FAC) 2005-41, Effective 13 Mar 2010 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100608 (Amended) Edition. The awarded contract will be Firm Fixed Price (FFP). It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. This solicitation is issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 334310 with a size standard of 750 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx Quotes are being solicited on a Brand Name or Equal basis. The manufacturer of the Brand Name or Equal item being solicited is RLH Industries, 936 N. Main St., Orange, CA 92867. Offerors proposing to furnish other than the brand name item being solicited shall provide sufficient technical literature to enable the Government to determine that the proposed item meets or exceeds all of the minimum salient characteristics of the brand name item being solicited (Ref FAR provision 52.211-6). The proposal shall consist of one Contract Line Item Number (CLIN), Quantity: 1, Unit of Issue: Each, Description: Brand Name or Equal to RLH Industries Video Mux System RHL-VM-64-S3-SC-AR-R-TT-AA-T-01-TU. Offered items must be the brand name or an equal product, in accordance with FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The CSS, salient characteristics, and any other documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. Items shall be delivered to the U.S. Army Yuma Proving Ground in Yuma, AZ 85365 on or before 12 July 2010, however the soonest possible delivery is desired and offerors shall propose their best delivery schedule. All quotes will be evaluated for technical acceptability, proposed delivery schedule, and price. The Government reserves the right to award to other than the lowest offeror. Offerors proposing an earlier delivery date than 12 July 2010 may be given higher consideration. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number W9124R-10-T-1042 and emailed to the Point Of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than close of business 21 June 2010. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) POC with telephone and facsimile numbers and email address; (3) A completed copy of both FAR 52.212-3, Representations and Certifications with Alternate I and DFARS 252.212-7000 Offerors Representations and Certifications Commercial Items; (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements; (5) Proposed delivery schedule; (6) Proposed price to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax; (7) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment; and (8) Acknowledgment of Solicitation Amendments. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 16 June 2010 at 11:00 AM Mountain Standard Time (MST). Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 and 52.211-6 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 provisions 52.211-6, Brand Name or Equal (Aug 1999); 52.212-1, Instructions to Offerors of Commercial items (Jun 2008); 52.212-3, Offeror Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Website at http://farsite.hill.af.mil/vffara.htm, locate the referenced provision, copy and paste it to a Word document and complete. If you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), you are only required to submit a signed copy of FAR Clause 52.212-3(b). FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009) applies to this acquisition. FAR 52.247-34, FOB Destination (Nov 1991) is added by addendum. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Apr 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-6, Notice of Total Small Business Aside (June 2003); 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); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.232-36, Payment Third Party (Feb 2010). DFARs Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010) applies to this acquisition. Specific clauses cited in DFARs 252.212-7001 that are applicable to this acquisition are 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; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). DFARs 252.211-7003, Item Identification and Validation (Aug 2008); and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum. If you plan to participate in this acquisition, you are required to provide your name, address, phone number and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eee627272fc9dd5a67a4b41ddc19b28f)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2364 RM 101 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02177206-W 20100616/100614234942-eee627272fc9dd5a67a4b41ddc19b28f (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.