SOLICITATION NOTICE
70 -- Advanced Tactical Agile Communications Test System
- Notice Date
- 10/3/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700406Q0002
- Response Due
- 10/18/2005
- Archive Date
- 11/18/2005
- Description
- MSgt Heath, D, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Acquisition Circular 91-13. This action is restricted to small businesses. The NAICS code for this action is 334111. This solicitation contains (1) CLIN with the intent of awarding a firm-fixed price contract. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following item: CLIN 0001: Two (2) Advanced Tactical Agile Communications Test System (ATACTS) ATS 2000A with a radio test set! and accessory kit. Part Number: G6-02-0001-803. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance and Delivery. The following FAR Clauses/Provisions apply: 52.211-11, Liquidated Damages ? Supplies, Services, or Research and Development; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-36, Payment by Third Party); 52.223-6, Drug-Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment); 252.243-7001, Pricing of Contract Modifications. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Registrations ? Commercial Items http://farsite.hill.af.mil/vffara.htm with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Co ntractor Register http://www.ccr.gov/ and Wide Area Work Flow http://wawftraining.com/ to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 18 October 2005, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Department, Marine Corps Logistics Command, Albany, Georgia. Email: william.tolleson@usmc.mil. Phone/Fax are respectively: (229) 639-6784/6791.
- Record
- SN00908379-W 20051005/051003212055 (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 |