Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

K -- Dugway Proving Ground - Doppler Radar C/X Band Upgrade to Dual Polarization

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-14-T-0031
 
Response Due
9/24/2014
 
Archive Date
11/17/2014
 
Point of Contact
Patricia S Natividad, 435-831-3429
 
E-Mail Address
MICC - Dugway Proving Ground
(patricia.s.natividad.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NEW NAICS CODE IS 334519 SIZE STANDARD IS 500 Attached are the Solicitation and Performance Work Statement: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following: SITE VISIT: Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A Site visit is scheduled for 1:00 pm[local prevailing time at U.S. Army Dugway Proving Ground (DPG), Utah] on day September 17, 2014. Offerors interested in attending the site visit shall contact Patricia S Natividad, Contract Specialist via email [patricia.s.natividad.civ@mail.mil] by no later September 15, 2014, 12 noon [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on September 17, 2014. To request admittance to DPG/Site Visit, contractor shall include the following information: (1) Name of the individuals attending, (2) Name of the company representing; (3) Telephone number; and (4) Citizenship status. i.e. US Citizen (yes/no). Contractors are advised to arrive at the security building no later than 30 minutes before scheduled time in order to gain access to DPG and proceed to the Contracting Building 5330,Southwest Wing. A Bus/Van will then be provided for transportation to the location. Contractors driving onto post shall bring current vehicle registration and proof of insurance. Temporary badges/passes issued by DPG shall remain in your physical custody at all times. CLINS: Item No: 0001, Small Business Set Aside: C-Band Dual Polarization Upgrade As per the Performance Work Statement(PWS) in Section 3.1, 1-7, upgrade to the C-Band with Dual Polarization. FOB: Destination PURCHASE REQUEST NUMBER: 0010487598 ADDITIONAL MARKINGS: Mark All Documents W911S6-14-P-XXXX NET AMT__________________ Item No: 0002 X-Band Dual Polarization Upgrade FFPAs per the PWS, section 3.2, 1-8, Upgrade the Doppler Radar capability to dual polarization for X-Band Radar System. FOB: Destination ADDITIONAL MARKINGS: Mark All Documents with: W911S6-14-P-XXXX SHIP VIA: Best Way ( Shippers Option) NET AMT____________________ Item No: 0003, Training on new Dual Polarization System FFP Training of Dugway personnel on operation and maintenance for upgraded C Band Doppler Radar Upgrades Systems and X-Band Radar Upgrade System. See PWS 3.3. FOB: Destination ADDITIONAL MARKINGS: Mark All Documents with: W911S6-14-P-XXXX SHIP VIA: Best Way ( Shippers Option) NET AMT_____________________ Item No: 0004 eCMRA Requirement FFP The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Army via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources. FOB: Destination AMT____________________ THIS IS A SMALL BUSINESS SET ASIDE. Please call or e-mail Contract Specialist Patricia Natividad w/all questions concerning this/these item/s @ 435-831-3429, or patricia.s.natividad.civ@mail.mil Government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ. All firms responding must be registered with the SAM System for Award Management This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the. North American Industrial Classification Standard 334511 (500) applies to this procurement. The following provisions and/or clauses apply to this acquisition: 52.000-4001 Foreign Visitors/Employees, 52.000-4002 Location of U.S. Army Dugway, Proving Ground,, 52.000-4003 Normal Work Hours, 52.000-4107 Security Badges and/or Protective Masks, FAR 52.000-4949 Contractor Access to DPG, FAR 52.202-1, FAR 52.204-4, FAR 52.204-12, FAR 52.204-13 System for Award Management Maintenance, FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: The following FAR clauses are incorporated by reference; FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.209-9, FAR 52.219-13, Far 52.215-5, FAR 52.222-3; FAR 52.222-19; FAR 52.219-28, FAR 52.222-3, FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-48, FAR 52.222-50 Alternate I., FAR 52.223-5, FAR 52.225-25, FAR 52.225-13, FAR 52.222-41, FAR 52.222-42, FAR 52. 232-1 Payment AR 52.232-33, FAR 52.232-39, FAR 52.233-3, FAR 52.237-2, FAR 52.246-4. FAR 52.246.16, FAR 52.246.25, FAR 52.247-34, FAR 52.249-8, FAR 52.252-2 Clauses Incorporated by reference, DFAR 252.232-7006 Electronic Funding via WAWF. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offeror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003 Electronic Funding; FOB.; Destination, (Dugway Proving Grounds, Accountable Property Officer, Accountable Property, Building 5464, Dugway, UT 84022-5000), and The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; All quotes must be e-mailed to Patricia Natividad at patricia.s.natividad.civ@mail.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Patricia Natividad at patricia.s.natividad.civ@mail.mil or call 435-831-3429 Quotes are due no later than 10:00 AM September 24, 2014, Mountain Standard Time prevailing local time at U.S. Army Dugway Proving Ground, Utah).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e55ecf32b37aaa3e7fcb81dbc6a75a09)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03519040-W 20140920/140919000505-e55ecf32b37aaa3e7fcb81dbc6a75a09 (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.