Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

99 -- Acquisition of spare parts - Cerberus - Binocular Enhancer

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen), DLR Procurement Operations DSCC-ZH, E2445 Eagle Point Road, APG-EA, MD 21010-5410
 
ZIP Code
21010-5410
 
Solicitation Number
SPRBL1-11-Q-0020
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Robert Brewer, 443-861-4539
 
E-Mail Address
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen)
(bob.brewer1@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. The solicitation number is SPRBL1-11-Q-0020 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This acquisition is unrestricted; the applicable NAICS is 334511 and the small business size standard is 750 employees. DLA Land-Aberdeen is issuing this RFQ to procure supplies to support Cerberus. The RFQ is for the following non-NSN spares: CLIN 0001 - Vectronix (CAGE: 7Z946); P/N: V V901793, BE 10xT Binocular Enhancer; Total QTY: 30. Required delivery: 30 days after purchase order issuance date. Inspection/Acceptance is at origin and FOB point is at destination. The delivery address is: DODAAC: W908J9 Redstone Central Receiving Cottonwood Rd. Bldg 8022 Redstone Arsenal, AL 35898 MARK FOR: DODAAC: W91QX7 PM ITS ATTN: Jonathan Perry / 256-313-0813 Warehouse Road Bldg 7425 Redstone Arsenal, 35898 The following clauses apply to this acquisition: FAR 52.212-1: Instructions to Offerors - Commercial Items FAR 52.212-2: Evaluation - Commercial Items - 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 following factors shall be used to evaluate offers: price, technical capability of the item offered to meet the Government requirement; past performance (see FAR 15.304). All evaluation factors other than cost or price, when combined, are significantly less important than cost or price. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; offerors must include a completed copy of the provision with its offer 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 52.253-1 - Computer Generated Forms DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.211-7006 - Radio Frequency Identification DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.246-7003 - Notification of Potential Safety Issues DLAD 52.212-9000 - Changes - Military Readiness DLAD 52.211-9010 - Military Shipping Label (MSL) Requirements - MIL-STD-129P DLAD 52.247-9012 - Requirements for treatment of Wood Packaging Material (WPM) DLAD 52.233-9001 - Disputes: Agreement to Use Alternative Dispute Resolution DLAD 52.239-9000 - Y2K Compliance Notice DLAD 52.246-9053 - Commercial Warranty DSCC 52.211-9C01 -- Palletization Requirements FAR 52.211-17 - Delivery in Excess Quantities DFARS 252.223-7001 - Hazard Warning Labels DLAD 52.246-9039 - Removal of Government ID from Non-Accepted Supplies DFARS 252.204-7008 - Export-Controlled Items DLAD 52.217-9002 - Conditions for Evaluation and Acceptance of Offers for Part Numbered Items FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.215-6 - Authorized Deviations in Clauses FAR 52.252-5 - Authorized Deviations in Provisions DLAD 52.246-9014 - Certificate of Conformance DLAD 52.246-9008 - Inspection and Acceptance at Origin (a) Inspection and Acceptance are at Origin. (b) The point of acceptance will be the point of last inspection before shipment unless otherwise indicated by the offeror. (c) The Offeror shall indicate below the location where supplies will be inspected: Supplies: Plant: ___________________________________Cage Code:__________________ Street: __________________________________ City/St/Zip: ______________________________ Applicable to clin(s): __________________________________________________ (d) The Offeror shall indicate below the location where packaging will be inspected: Packaging: ( ) Same as for supplies or, Plant: __________________________________ Cage Code: ___________________ Street: _________________________________ City/St/Zip: _____________________________ Applicable to clin(s): ___________________________________________________ (e) For CLIN(S) described by manufacturer's name/code and part number: (1) Contractor must present evidence of performance of all quality assurance requirements specified in the contract and ensure that item will serve its intended purpose by performing examinations and tests to determine (A) completeness of item, (B) absence of rust, contamination, or deterioration, (C) correct identification, (D) absence of any damage, and (E) compliance with preparation for delivery. If the contractor is not the manufacturer of the supplies, evidence must be furnished to establish that the supplies were produced by the manufacturer. (2) The word "manufacturer" means the actual manufacturer of each CLIN. The Government's Quality Assurance Representative may require that evidence be furnished establishing the name and address of the plant that manufactures each CLIN to ensure that a domestic product is being supplied. (f) For CLIN(S) designated as Former Government Surplus (whether described by manufacturer's name/code and part number, or by Military or Federal specification or drawing), the original package markings of each item shall be verified to previous Government contract number and part number (as specified in DLAD 52.211-9000, Section I of the award). Any deviation from this number shall be cause for rejection of the item. (g) Additional inspection requirements may be required, based on the evaluation of the surplus offer, by the procuring activity. Such additional requirements, if necessary, will be identified before the award. (End of Clause) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS", CECOM Life Cycle Management Command uses Wide Area Workflow - Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payments. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. The Contractor may submit a payment request using other than WAWF-RA only when: (i)The Contracting Officer authorizes use of another electronic form. With such authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the contractor will transfer to WAWF-RA; or (ii)The Department of Defense (DoD) is unable to receive a payment request in electronic form ; or (iii)) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment. Contractor shall submit payment using the following method(s): [Contracting office check the appropriate block and fill in appropriate fields]: _X__ Wide Area Workflow (WAWF) (see instructions below) _____Other (please specify)____________________________________ Defense Finance and Accounting Service (DFAS) POC ________________________and Phone:_________________________________________ The Contractor is required to use WAWF-RA when processing invoices and payments, including receiving reports, under this order. DoD officials receiving payment requests in electronic form shall process the payment requests in electronic form. Any supporting documentation necessary for payment, such as receiving reports, contracts, contract modifications, and required certifications, also shall be processed in electronic form. Scanned documents are acceptable for processing supporting documentation other than receiving reports and other forms of acceptance in accordance with DFARS 232.7002(b). The Contractor shall (i) register to use WAWF-RA at https://wawf.eb.mil, and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/purchase order. All questions relating to system setup and vendor training can be directed to the Army WAWF help desk at 1-866-598-3560. Web-based training for WAWF is also available at http://www.wawftraining.com. WAWF Instructions: Questions concerning payments should be directed to the DFAS Columbus Customer Service and Phone 1-800-756-4571 or 614-693-5807. Please have your contract number/purchase order ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your contract number/purchase order or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT __ Commercial Item Financing __ Construction Invoice X Invoice and Receiving Report (Combination) __ Invoice as 2-in-1 (Services Only) __ Performance Based Payment __ Progress Payment __ Cost Voucher __ Receiving Report With Unique Identification (UID) Data CAGE CODE : To be specified at time of award. ISSUE BY DODAAC SPRBL1 ADMIN BY DODAAC To be specified at time of award. INSPECT BY DODAAC: To be specified at time of award. ACCEPT BY DODAAC: To be specified at time of award. SHIP TO DODAAC: W908J9 PAYMENT OFFICE FISCAL STATION CODE: To be specified at time of award. EMAIL POINTS OF CONTACT LISTING: To be specified at time of award. INSPECTOR: To be specified at time of award. ACCEPTOR: To be specified at time of award. RECEIVING OFFICE POC: To be specified at time of award. CONTRACT ADMINISTRATOR: To be specified at time of award. CONTRACTING OFFICER: mimi.kirkland@us.army.mil ADDITIONAL CONTACTS: bob.brewer1@us.army.mil For more information contact: bob.brewer1@us.army.mil Quotes may be submitted by e-mail to the contract specialist, Bob Brewer, at bob.brewer1@us.army.mil or by fax to 443-861-4554 ATTN: Bob Brewer -MLAB. Quotes must be received by April 25, 2011 at 5 PM local time. For questions regarding this solicitation, please contact the contract specialist Bob Brewer at commercial phone number 443-861-4539 or through e-mail at bob.brewer1@us.army.mil. The secondary point of contact is Eric Snow at 443-861-4535 or eric.m.snow@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c95f141e5bfa7a1c4e8762374e201ffe)
 
Place of Performance
Address: DLA CECOM Contracting Center (CECOM-CC) (Aberdeen) 6001 Combat Drive; Room C1-301 APG MD
Zip Code: 21005
 
Record
SN02428713-W 20110421/110419235550-c95f141e5bfa7a1c4e8762374e201ffe (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.