Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOLICITATION NOTICE

13 -- Improvised Explosive Device (IED) Simulator capable of producing plume, sound, and flash representative of an IED

Notice Date
11/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297406T9002
 
Response Due
11/29/2005
 
Archive Date
12/29/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through FAC 2005-05 and DAC 91-13. Solicitation number M62974-06-T-9002 is issued as a Request for Quotation (RFQ). Where FAR clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. This is an unrestricted solicitation. Item is an Improvised Explosive Device (IED) Simulator capable of producing a plume, sound, and flash representative of an IED. Performance characteristics as follows: 1) Simulator Base (Quantity 12): Must hold and fire a minimum of three pyrotechnic charges each positioned at different angles, be weatherproof, and capable of being fired while concealed underground. 2) Pyrotechnic Charges (Quantity 200): Must be weatherproof, safe for personnel when activated inside a closed space, with size and safety characteristics to be carried by hand, and not produce shrapnel when discharged. Must have a Department of Transportation hazard classification of 1.4 and be transportable by commercial carrier with no special licensing, storage or operator requirements. Pyrotechnic charges must be capable of being fired independently of Simulator Base. 3) Firing Device (Quantity 12), and wire coil (Quantity 24 - 50% at 50 meters and 50% at 100 meters): The firing device must be small enough to be carried in the pocket of a military issue field jacket, and have a rapidly deployable double strand of lubricant coated insulated copper wire available in lengths of 50 and 100 meters. Device must be deployable from a vehicle traveling at a maximum of 35 mph and be operable under any weather conditions, irrespective of temperature or moisture. Firing Device must be able to be fired with one hand. 4) The firing device and simulator must be reusable. Critical evaluation factors will be 1) Delivery, 2) Price, 3) Technical. Items must be received not later than 4 December 2005. Quotes are solicited FOB Destination Marine Corps Air Station Yuma, AZ. Inspection and acceptance will be at destination. All vendors submitting a quote are notified that you must be active in the Central Contractor Registration database Online Representations and Certifications Application database to be considered for award. The websites for registration are www.ccr.gov and http://orca.bpn.gov respectively. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include (b) (5), (14), (15), (16), (17), (18), (19), (20), (31); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, to include DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this contract/order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. The Government will award a firm fixed price contract resulting from this Request for Quotation based on the critical evaluation factors listed above. All responsible business sources may submit a quote, which shall be considered by the agency. Only written quotes are acceptable and must be received and identified by RFQ M62974-06-T-9002 by 2:00 PM (PT) on 29 November 2005. Parties wishing to respond to this solicitation will provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact. Clauses may be obtained at web site http://www.arnet.gov/far. Quotes may emailed to dale.english@usmc.mil or faxed to 928.269.2287, Attn: Dale English. Quotes may also be mailed via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Dale English. FEDEX quotes may be sent to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Dale English. Quotes must be received by the closing date listed above.
 
Record
SN00937291-W 20051125/051123212338 (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.