SOLICITATION NOTICE
70 -- Milli-Ohmeter
- Notice Date
- 12/31/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH01-03-T-0266
- Archive Date
- 3/25/2003
- Point of Contact
- Cobb David, 256-842-6267
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command DAAH01
(david.cobb@redstone.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement consti tutes the only solicitation; quotes are being requested and written solicitation will not be issued. DAAH01-03-T-0266 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. This is Small Business Set-Aside conducted under simplified Acquisition procedures. The NAICS code for this requirement is 334515, ?Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals?. The U. S. Army Aviation and Missil e Command intend to issue a FFP type contract for 500 each Milliohmeter. Requirements are FOB Destination, with commercial package. 220 ea delivery 4 weeks after contract award to Texarkana, TX 75507, 175 ea delivery 12 weeks after contract award to Texarkana, TX 75507, 10 ea 7 weeks after contract award to Ft Eustis, VA 2360 4, 35 ea delivery 6 weeks after contract award to Killeen, TX 76543, and 60 ea 14 weeks after contract award to Huntsville, AL 35898. This is a requirement for a commercially available hand held battery operated Milli-Ohmeter which must meet the following minimum requirements: Less than 21 oz Measure resistance from .001 ? 200 ohm 4 terminal measurement system (Kelvin) with clip leads and probe leads (2 sets each) Battery operated using Commercially available battery Maximum of 5ma Test Current Maximum of 5MW Test Power Carrying Case included. The meter must be delivered calibrated and must provide a minimum 1-year warranty. Bidding vendors must provide supporting documentation to show compliance with requirements. FAR Provision 52.212-1, Instructions to Offerrors-Commerical Items, applies to this acquisition. The following addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers, the offerors agree to hold their proposal prices firm for 60 days fr om date specified for receipt of offers. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items provide a completed copy with their offer. Offerors that fail to furnish the required representations and certifications or rejec t the terms and conditions of the solicitation may be excluded from consideration. The following clauses also apply to this solicitation: FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions R equired to Implement Statues or Executive Orders-Commercial Items. FAR 52.204-6 Data Universal Numbering System (DUNS) Number applies. FAR Clause 52.232-22, Payment by Electronic Funds Transfer, Central Contractor Registration. Taxpayer Identification Nu mber, ACH (electronic payment information) numbers are applicable. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each Offeror. The evaluation criteria for award are technical, price, and past performance. Venders shall provide supporting documentation and/or product literature to show compliance with the stated requirements. Supporting documentation shall be provided as evidence of technical compliance and performance/quality. Vendors are required to provide commercial warranty provisions, including offers of extended warranties offered to the general public customary in commercial practice. Vendors shall provide recent product ion/delivery history and government/commercial references of previous contracts for the required items for evaluation of performance risk. If there is no relevant history, vendors shall so state. All references provided may or may not be used in the eval uation of the contractors performance. Proposed prices shall be inclusive of calibration and delivery (FOB De stination) of the meters, 2 sets of each of clip leads and probe leads and carrying cases. Award will be made to the responsible offeror whose offer conforming to the solicitation (i.e., combined synopsis/solicitation) will be most advantageous to the Gov ernment price and other factors considered. Offers are due on 24 January 2003, not later than 4:00 P.M. addressed to the U.S. ARMY AVIATION AND MISSILE COMMAND, DAAH01-03-T-0266, ATTN: AMSAM-AC-SM-C, BUILDING 5303, MARTIN ROAD, DAVID COBB, REDSTONE, ARSENAL, AL, 35898-5280. For more information contact: David Cobb, Telephone number 256-842-6267, FAX number 256-842-7684 or email david.cobb@redstone.army.mil.
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH01-03-T-0266 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00232841-W 20030102/021231213435 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |