Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1998 PSA#2030

Commander, 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