Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2004 FBO #1025
SOLICITATION NOTICE

12 -- FIRING SYSTEMS

Notice Date
9/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0794
 
Response Due
9/20/2004
 
Archive Date
11/19/2004
 
Small Business Set-Aside
Total Small Business
 
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. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-04-T-0794. This solicitation document and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 332995 and the Business Size Standard is 500. The contractor shall provide the following: Clin 0001 Fir ing System Electronic Discharge Unit, Rack Mounted Controller. Model SP-9701M-0.1U-10S. Qty 3. Clin 0002 Firing System Electronic Discharge Unit, Round Tube Field Unit, Model SP-9701A Qty 14. , The reference model numbers are those of CAL-AV Labs Inc. and are being solicited on a Brand Name or Equal Basis. The referenced part number are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on a n equal the offered item shall be considered as the brand name product referenced in this announcement. If vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery s hall be to the U.S. Army Aberdeen Proving Ground, Md 21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.21 1-6 Brand Name or Equal, 52.212-4 Contract Terms and ConditionsCommerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination, The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The pro vision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance whe n combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. Past performance will be evaluated based on information provided by the of feror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, and support. The government will award a contract to the offeror who se offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orde rs--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.2 19-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 5 2.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFA R clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gr atuities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/ dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax September 20, 2004 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, M D 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concern ing this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)306-3717, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00673071-W 20040916/040914212519 (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.