Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

84 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR subpart 12.6. The NAIC code is 335129, SB standard 500 employees. Purchase of 90 each NightHunter and 81 each NightHunterII system kits.

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-04-T-0446-0002
 
Response Due
3/26/2004
 
Archive Date
5/25/2004
 
Point of Contact
Julie Yomen, (808) 438-6535 ext 210
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(Julie.Yomen@shafter.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 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. The solicitation may be also viewed at the Army Single Face to Industry website at https://acquisition.army.mil/asfi/. The solicitation number W912CN-04-T-0446-0002 IS ISSUED AS A Request for Quote (RFQ) and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North American Industry Classification System code is 335129 with a small business standard of 500 employees. The acquisition is a firm-fixed contract to purchase 90 each NightHunter System Kits with IR filters and 81 each NightHunter II System Kits, or equal. Illumination system must meet or exceed visible illumination range of 1 mile and infrared of 1000m, without field of view o bstruction. Includes: 90 Full NightHunter system kits PN70-6000 with IR filters consisting of: searchlight, internal battery, internal charger, carry strap, waterproof case, AC/DC Converter, camera mounting knob, 10 foot power cord, and infrared filter (P N70-6103); 81 Full NightHunter II System Kits PN 70-6500 consisting of: NightHunter II, AC/DC Converter, internal battery, internal charger, external DC charger, carry strap, 10 foot power cord, IR filter, and waterproof case. The provisions at FAR 52.212- 1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation ?????? Commercial Items ?????? As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2) Ability to meet the delivery schedule; (4)Shi pping/Freight/Delivery charges to destination address-FOB Destination, Schofield Barracks Hawaii, and (5) Price/Cost of the Brand name or equal as described in contract line items (CLINs) 0001 and 0004. Offerors who fail to follow the format and requireme nts listed in 1 through 5 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest ev aluated price with the ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should contain the offeror??????s best terms from a cost or pri ce and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications ?????? Commercial Items and 52.212-7000 Offeror Representations and Certifications ?????? Commercial Items wit h all offers. The clause at FAR 52.212-4, Contract Terms and Conditions ?????? Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontract ing; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Complia nce Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.21 2-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer ?????? Central Contr actor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Stat utes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act ?????? Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225- 7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001-4, 07 APRIL 2004. DELIVERY IS CRITICAL A ND AWARD MAY BE BASED ON QUICKEST DELIVERY. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. The Defense Priorities and Allocations System (DPAS) does n ot apply. Descriptive literature and specifications shall be faxed to the Army Contracting Agency, RCO-HI, ATTN: Fax numbers (808)438-6544 or 438-1337 no later than 26 MAR 2004 AT 08:00 AM Hawaii Standard Time or may be emailed to yomenjy@shafter.army.mil . All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00553271-W 20040326/040324224438 (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 |
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.