SOLICITATION NOTICE
67 -- Film, Photographic, Ektachrome, Dayligh High Speed
- Notice Date
- 9/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325992
— Photographic Film, Paper, Plate, and Chemical 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-T-0078
- Response Due
- 9/27/2004
- Archive Date
- 11/26/2004
- 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 United States Army Yuma Proving Ground (USAYPG) has a requirment for the purchae of Eastman Kodak Film. The Request for Quote (RFQ) number is W9124R-04-T-0078 and incorporates provisio ns and clauses in effect through Federal Acquisition Circular (FAC) 2001-24 and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 Edition, current to DCN 2004-0625. This acquisition is being solicited on an unrestricted basis. This acquisit ion will be issued using Simplified Acquisition Procedures (SAP), FAR Part 13. The Standard Industrial Classification (SIC) is 3861 and North American Industry Classification System (NAICS) is 325992 with a Size Standard of 500 employees. The resultant c ontract will be firm fixed price. It is anticipated that payment under this contract will be made via Government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solici ted for the following item: CLIN 0001-2000 Each Kodak Daylight High Speed, Ektachrome Film #2253 SP415, 35mm x 125. Award will be made to the low priced offeror who offers the required product. The following Federal Acquisition Regulation (FAR) provision s apply to this acquisition: FAR 52.212-1, Instructions to offerorsCommercial Items (Jan 2004); FAR 52.212-3, Offeror Representations and CertificationsCommercial items (May 2004) with Alt I (Apr 2002), all offerors shall include with their offer a compl eted copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm FAR 52.212-4, Contract Terms and Conditions required to Implement Status or Executive Order Commercial Items (June 2004); FAR 52.212-5, Contract Terms and Conditions required to Implement Status or Executive Order-Commercial items (June 2004); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995), with Alternate I (Oct 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child LaborCooperation with Authorities and Remedies (June 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity ( Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative action for Workers with Disabilities (June 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003);DFARS 252.212-7000, Offeror Representation and CertificationsCom mercial Items (Nov 1995); FAR 52.232-36, Payment by Third Party (May 1999). The following DFARS clauses applies to this acquisition: DFAR 252.212-7001 contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Ac quisitions of commercial Items (June 2004). Specific clauses cited in DFAR 52.212-7001 that are applicable to this acquisitions are: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.225-7012, Preference for Certain Domestic Commodities (June 2004); DFARS 252 .2225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (Jan 2004); DFARS 252.243-7002, Requests for Equi table Adjustment (May 1998); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). An addendum is incorporated into the solicitation to include FAR and DFARS clau ses as follows: FAR 52.247-34 F.O.B. Destination (NOV 1991) and DFAR 252.204-7004 Required Central Contractor Registration (NOV 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colton@yuma.army.mil on or before COB 23 September 2004. Proposal submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall b e addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, Arizona, 85365-9106. Offers may also be submitted via e-mail of facsimile. E-mail submission is preferred. A ll offers must be received in the Contracting office no later than 9:00 A.M. MST, September 27, 2004, regardless of method of submission. As a minimum, offerors shall include with their signed proposal the following information: (1) RFQ number, (2) compan y name and address, (3) point of contact with telephone and facsimile numbers and e-mail address, (4) a completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212.7000 Offerors Representations and Certifications-Commerci al Items, (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be accepted as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments.
- 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
- Record
- SN00678570-W 20040923/040921212426 (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 |