SOLICITATION NOTICE
69 -- SOUND EFFECTS SIMULATOR
- Notice Date
- 8/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Fort Leonard Wood DOC, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S710T0217
- Response Due
- 9/7/2010
- Archive Date
- 11/6/2010
- Point of Contact
- Teresea Crowe, 573-596-0762
- E-Mail Address
-
Fort Leonard Wood DOC
(teresea.crowe@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 the 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 for the required items and no written solicitation will be issued. Solicitation number W911S7-10-T-0217 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 dated 02 August 2010. This is procurement is a small business set aside under NAICS 423690 with a size standard of 100 employees. Ft. Leonard Wood MO requires the following items: CLIN 0001- 1 each SOUND EFFECTS SIMULATOR. FOB: Destination - Delivery location: DIRECTORATE OF PLANS, TRAINING, & MOBILIZATION, DPTM TADDS Gary Shuler, 684 Minnesota Ave, BLDG 684, Fort Leonard Wood, MO 65473. CLIN 0002- 1 each SOUND EFFECTS SIMULATOR INTERFACE CABLE. FOB: Destination - Delivery location: DIRECTORATE OF PLANS, TRAINING, & MOBILIZATION, DPTM TADDS Gary Shuler, 684 Minnesota Ave, BLDG 684, Fort Leonard Wood, MO 65473. CLIN 0003- 1 each ENEMY FIRE SIMULATOR/VISUAL HIT INDICATOR. FOB: Destination - Delivery location: DIRECTORATE OF PLANS, TRAINING, & MOBILIZATION, DPTM TADDS Gary Shuler, 684 Minnesota Ave, BLDG 684, Fort Leonard Wood, MO 65473. CLIN 0004- 1 each LIQUID FUEL. Liquid fuel for EFS/VH1 Oil Type SSL 4498. FOB: Destination - Delivery location: DIRECTORATE OF PLANS, TRAINING, & MOBILIZATION, DPTM TADDS Gary Shuler, 684 Minnesota Ave, BLDG 684, Fort Leonard Wood, MO 65473. CLIN 0005- 1 each SHIPPING. FOB: Destination - Delivery location: DIRECTORATE OF PLANS, TRAINING, & MOBILIZATION, DPTM TADDS Gary Shuler, 684 Minnesota Ave, BLDG 684, Fort Leonard Wood, MO 65473. Basis for award is the vendor offering the lowest evaluated price for items conforming to the salient characteristics specified for each item. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable and are incorporated by reference: FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, shall be include with offer. 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I. 52.203-13, Contractor Code of Business Ethics and Conduct. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-8, Utilization of Small Business Concerns. 52.219-28, Post Award Small Business Program Rerepresentation. 52.222-3, Convict Labor. 52.222-19, Child Labor--Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-54, Employment Eligibility Verification. 52.225-1, Buy American ActSupplies. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.219-1, Small Business Program Representations. 52.242-15,Stop-Work Order. 52.246-2,Inspection Of Supplies--Fixed Price. 52.247-34,F.O.B. Destination. 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE: http://www.farsite.hill.af.mil,http://www.arnet.gov/far, http://www.acq.osd.mil/dpad/dars/dfars/index.htm. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) - applies to this acquisition and the following clauses: 52.203-3, Gratuities. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payments Program. 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023, Transportation of Supplies by Sea. 252.243-7001, Pricing of Contract Modifications. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. 252.243-7001 Pricing Of Contract Modifications. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 01:00 pm. Central Daylight Time on 07 September 2010. Quotes shall be submitted via e-mail to teresea.crowe@us.army.mil or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: Teresea Crowe; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-10-T-0217 in the subject line. The point of contact for this solicitation is Teresea Crowe, Contract Specialist; phone (573) 596-0762 (collect call will not be accepted).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/62fa25db0fd55587eb5f6a2945abd83b)
- Place of Performance
- Address: Fort Leonard Wood DOC Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN02253952-W 20100827/100825234954-62fa25db0fd55587eb5f6a2945abd83b (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 |