SOLICITATION NOTICE
67 -- Auto Focus Table for a Video Camera/Lens System
- Notice Date
- 3/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-04-R-0014
- Response Due
- 3/25/2004
- Archive Date
- 5/24/2004
- Point of Contact
- Michael McDaniel, 928-328-6356
- E-Mail Address
-
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified A cquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20 dated 23 February 2004 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040223. It is anticipated that payment will be made by Government Visa Credit Card. This acquisition is unrestricted. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. This acquisition will be for a 36 month requirements contract. The proposal shall consist of two Contract Line Item Numbers (CLINs). CLIN 0001, Quantity 1, Unit of Issue: Each, Description: Auto Focus Table per specifications, includes one time engineering cost. CLIN 0002, Quantity 47, Unit of Issue: Each, Description: Auto Focus Table per specifications (production units). The Statement of Work for this requirement is located at web site www.yuma.army.mil/contracting/rfp.html for review and printing. All proposals shall be clearly marked with RFP number W9124R-04-R-0014 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 3:00 PM MST, 25 March 2004. In addition all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328 -6849 no later than 3:00 PM MST, 18 March 2004. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical merit, price, warranty, and past performance. The technical response shall be a narrative that clearly demonstrates that the offeror??????s proposed product meets or exceeds the Government??????s Statement of Work. The Statement of Work for this solicitation is located at web site www.yu ma.army.mil/contracting/rfp.html Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 2000). NOTE: in order to complete the Representation and Certifications for the followi ng referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commer cial Items (June 2003) Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Nov 1995) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) and specifically a ddendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Paragraph A of this provision is completed as follows: Award will be made on technical acceptability, price, warranty, and past performance. FAR 52.216-21 Re quirements (Oct 1995). FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of deliv ery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of contract award through 36 months after date of contract award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ??????issued?????? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 Order Limitations (a) Minimum Order. When the Government requires supplies or services covered by this contra ct in an amount of less than 1 each the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a sin gle item in excess of 47 each. (2) Any order for a combination of items in excess of 47 each or (3) A series of orders from the same ordering office within 1095 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) o f this section. (c) If this is a requirements contract (i.e. includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor??????s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Oct 2003) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995). 52.219-8 Utilization of small Business Concerns (Oct 2000), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation wit h Authorities and Remedies (Sep 2002), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (D ec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) apply to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003), 252.232-7003 Electronic Subm ission of Payment Requests (Mar 2003), and 52.203-3 Gratuities (Apr 1984). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yu ma.army.mil or facsimile (928) 328-6849. This is required for notification of amendments and sending offerors a copy of the Proposal Submission Instructions/Eva luation Factors. See Note 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00539804-W 20040310/040308222848 (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 |