|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1998 PSA#2030Commander, United States Army Yuma Proving Ground (USAYPG), Directorate
of Contracting, Attn: STEYP-CR-C, Bldg 2100, Yuma, AZ, 85365-9106 66 -- VEHICLE CONTROL AND TRACKING SYSTEM REQUIREMENTS CONTRACT SOL
DAAD01-98-Q-0009 DUE 030298 POC Becci Larson (520) 328-6163 E-MAIL:
blarson@yuma-emh1.army.mil, blarson@yuma-emh1.army.mil. This is a
combined synopsis/solicitation for commercial items prepared IAW 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. Vehicle Control and Tracking System for United
States Army Yuma Proving Ground (USAYPG), Arizona. A three-year fixed
price requirement type contract is anticipated. Reference Request for
Proposal (RFP) Number DAAD01-98-R-0009. This is not set-aside for small
business, however; the SIC is 3829 (500 employees or less). The DPAS
Rating is DO-A70. A copy of the Performance Based Specification may be
obtained via facsimile (520) 328-6849 or by e-mail at:
blarson@yuma-emh1.army.mil List of CLINs and Items and units of measure
(including options) are: 0001 Base Station: AA First unit (to include
installation) -- 1 each AB Follow-on Units (w/o installation) -- 2 each
0002 Vehicle Kits: AA First Vehicle Kit Units -- 10 each (1st installed
at Contractor plant) (2nd installed during Installation Training at
USAYPG) AB Follow-on Vehicle Kit Units (w/o install) -- 20 each 0003
Training: AA Installation Training IAW 4.1 of the specifications -- 1
lot AB Operational Training IAW 4.2 of the specifications -- 1 lot 0004
Engineering and Software Support -- 200 Hours Anticipated delivery of
each item would be from 60 to 90 days and delivery shall be FOB USAYPG.
Your offer shall state firm delivery dates for each item type from date
of order. Your offer must provide complete ordering information,
product information or brochures (must demonstrate that the product
offered meets the requirements of the specification), warranty
information, economic production run information, applicable quantity
price discounts, and any price decrease/increase effective dates or set
intervals for a three-year period. No CBD numbered notes are
applicable. The solicitationdocument incorporates provisions and
clauses in effect through FAC 97-02.FAR 52.212-1, Instructions to
Offerors-Commercial Items, applies to this acquisition without further
addenda. FAR 52.212-2, Evaluation -- Commercial Items, is incorporated
using the evaluation criteria in descending order of importance. The
criteria are (1) technical capability of the item offered to meet the
government requirement, (2) past performance, and (3) price. No other
factors apply. All offerors shall include a completed copy of the
provisions at 52.212-3, Offeror Representations and Certifications --
Commercial Items with their offer. The clause at 52.212-4, Contract
Terms and Conditions -- Commercial Items without addenda applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or executive Orders -Commercial Items
without addenda applies to this acquisition. Other clauses applicable
are FAR 52.216-18, 52.216-19, 52.216-21, 52.232-33, 52.247-34, DFARS
52.212-7000, 52.212-7001 and 52.233-5000 -http://www.dtic.dla.mil/acm
Written or facsimile offers must be received NLT 2 March 1998, by 5:00
PM, MST at the following address: Commander, USAYPG, ATTN: STEAA-CD-Y,
Bldg. 2100, Yuma, AZ 85365-9106. Proposals must include the RFP Number.
Point of contact for further information is Becci Larson, Contract
Administrator at (520) 328-6163 or e-mail blarson@yuma-emh1.army.mil
(0040) Loren Data Corp. http://www.ld.com (SYN# 0364 19980211\66-0018.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|