Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
MODIFICATION

59 -- Amphenol 24-DS3 IDM Cables - Amendment 2

Notice Date
9/28/2011
 
Notice Type
Modification/Amendment
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
CMTNS111Q078
 
Archive Date
10/14/2011
 
Point of Contact
Gerald C. Thomas, Phone: 6182299732
 
E-Mail Address
gerald.thomas1@disa.mil
(gerald.thomas1@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated Equipment Material List, changed quantity from 17 to 15 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is CMTNS111Q078; and this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. BRAND NAME or EQUAL PROCUREMENT. There is no set aside restriction for this procurement. The North America Industry Classification System (NAICS) code is 335929. The business size standard is 1000 employees. The Federal Supply Class (FSC) is 5995. This procurement will be evaluated as Brand Name or Equal, lowest price technically acceptable, for the procurement of the following equipment and material. Part Number - 095-900-3090150 Description - AMPHENOL R 095-900-30P0150 24-DS3 IDM CABLES (REDUNDANT) Quantity - 15 Each Note to Offerors: All quotes will list the part number, description, quantity, unit of issue, unit price and extended price for the requirement excluding sales taxes. Delivery terms are F.O.B Destination. 30 days after receipt of order. The customer ship to address is: CACI Federal Incorporated, 44590 Guilford Drive, Door 3, Ashburn, VA 20147. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, to include Alternate I with its offer. An offeror shall complete only paragraph (1) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA web site, the offeror shall complete only paragraphs (b) through (k) of this provision. 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 (DEVIATION). DFARS 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION). The following provisions and clauses will be incorporated by reference: 52.204-7 Central Contractor Registration 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 52.232-36 Payment by Third Party 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Control Of Government Personnel Work Product 252.204-7004 Alt, Central Contractor Registration, Alternate A 252.225-7000 Buy American Act - - Balance Of Payments Program Certificate 252.225-7001 Buy American Act And Balance OF Payments Program 252.225-7002 Qualifying Country Sources AS Subcontractors 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea ***The following clause will be incorporated by reference: FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns.*** The following provisions and clauses will be incorporated by full text: 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-and-Materials, or Labor-Hours 52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI) 52.219-1 Small Business Program Representations (Alternate I) 52.222-22 Previous Contracts And Compliance Reports 52.222-25 Affirmative Action Compliance 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations In Clauses 252.204-7006 Billing Instructions The full text of a FAR and DFARS clause may be accessed electronically at http://www.farsite.hill.af.mil. CCR Requirement - Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. All questions or comments must be submitted via e-mail to gerald.thomas1@disa.mil by Friday, September 16, 2011 at 2:00 PM, Central Daylight Time (CDT), responses will be posted to FEDBIZOPPS as amendments to the solicitation. All quotations must be signed, dated and received by 12:00 PM (CDT), Tuesday, September 27, 2011, via e-mail to gerald.thomas1@disa.mil. Only e-mailed quotes will be accepted. Contractors are responsible for verifying receipt of their quotes. Quotes must be firm fixed priced, and include all quantities listed, all or none. Inspection and Acceptance shall be at destination. Offerors shall include Tax Identification Number, CAGE code, DUNS number, Warranty Terms, and Delivery After Receipt of Order stated on their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/CMTNS111Q078/listing.html)
 
Place of Performance
Address: CACI Federal Incorporated, 44590 Guilford Drive, Door 3, Ashburn, Virginia, 20147, United States
Zip Code: 20147
 
Record
SN02595986-W 20110930/110928235824-ae8daab5182ce8c0d80786507680f620 (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.