Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

36 -- This is a Combined Synopsis/Solicitation for the procurement of Cannon Bores for M-187s

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-12-T-0012
 
Response Due
11/28/2011
 
Archive Date
1/27/2012
 
Point of Contact
Jennifer Gordon, 410-278-0886
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(jennifer.l.gordon.civ@mail.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. W91ZLK-12-T-0012 (Reference Attachment 1 for the PDF version of this Solicitation) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-51. The associated North America Industry Classification System (NAICS) Code is 332995 and the Business Size Standard is 500 employees. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.5, Test Program for Certain Commercial Items. This procurement will be evaluated as Brand Name or Equal, lowest price technically acceptable, for the procurement of the following equipment and material. CANNON BORE, CHAMBERED TO FIT M-187 See Attachment 2 for a complete list of required equipment and supplies including the required quantities. NOTES to Offerors: ALL EQUIPMENT WITHOUT EXCEPTION must be new and manufactures warranties information must be included. Offerors will respond to each item listed in the attachment with the item specification including part number, quantity, unit of issue unit price and extended price. All quotation will list the total price for the requirement excluding sales tax. Basis of award will be lowest price technically acceptable and past performance, based on technical evaluation. The following provisions and clauses will be incorporated by reference: 52.209-6 protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) 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 website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp SUBMISSION PROCEDURES: ALL QUESTIONS must be submitted via e-mail to jennifer.l.gordon.civ@mail.mil by November 21st, 2011 at 2:00 p.m. Eastern Time (ET), responses will be posted to FEDBIZOPS as amendments to the solicitation. ALL QUOTATIONS must be signed, dated and received by 2:00 p.m., Eastern Daylight Time (ET), November 28th, 2011, via email jennifer.l.gordon.civ@mail.mil (preferred method), via fax at (410) 278-2407, or via U.S. Mail at the US Army Contracting Command, Aberdeen Proving Ground, Aberdeen Installation Contracting Division, CCRD-AI-IC, Attention: Jennifer L. Gordon, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) or the Online Representations and Certifications Application (ORCA), https://orca.bpn.gov, at databases prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR For questions concerning this Request for Quotation contact Jennifer L. Gordon, Contract Specialist, via email at jennifer.l.gordon.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c48c99ae7828ac85e2f6224d4d722737)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02623661-W 20111117/111115234521-c48c99ae7828ac85e2f6224d4d722737 (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.