SOLICITATION NOTICE
23 -- SF-TD-2500 TOWING DYNANOMETER - DOMESTIC VERSION, WIRELESS HAND HELD TEST CONTROLLER, TRAINING, TRAVEL, ROOM AND BOARD ON SITE: 2 DAYS TRAINING AND COMMISSIONIG (16 HOURS TOTAL).
- Notice Date
- 9/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333922
— Conveyor and Conveying Equipment 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
- W91ZLK06T0776
- Response Due
- 9/19/2006
- Archive Date
- 11/18/2006
- 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. QUOTATIO NS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The combined sysnopsis/solicitation number is W91ZLK-06-T-0776, and it is issued as a Request for Quotation (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07. The North American Industry Classification System (NAICS) is 33922 and Small Business size standard is 500 employees. The Government intends to aw ard a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, Maryland for the following items: CLIN 0001 - SF-TD-2500 Towing Dynanometer Domestic Version which includes: Square tube drawbar for reduced risk of drawbar damage, height adjustable hitch allowing for perfect dyno setup, wireless control system with additional wire link if required, ener gy source, AC generator with no minimum speed, heavy duty absorber with additional wire link if required, independent suspensions with air ride for superior ride quality, hydraulic brakes with master cylinder in chassis, parking brake lever on tongue - BPW Germany, emergency brake system for runaway safety, airbags on top of axle for reduced rod end load, auto level system with compressor maximizes control and axel life, innovative hood system for easy access and one hand lifting, heavy duty nose wheel for ease of moving around in workshop, tie down hooks on chassis for transport use, generator driive or by wall outlet for inside use during calibration, etc. CLIN 0002 - Wireless hand held Test Controller CLIN 0003 - Training, Travel, Room and Board on Site: 2 days training and commissioning (16 hours total). Requires 2 year warranty and 2 year service plan. For a detailed description and specification, please contact Irene Mancuso at irene.mancuso@us.army.mil. The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for lo cating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Gove rnment to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, prices and other f actors considered. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-1 Instructions to Offeror s-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial I tems without addenda; 52.222-22 Previous Contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Act-North American Free Trade Agreement-Israeli Trade Act Certificate; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination. 252.204-7004 Alt A Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, with quotations. The clause 52.212-5 Contra ct Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, without addenda apply to this acquisition inc luding the following FAR clauses cited within this clause. 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14 Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14); 52.222-3 Convict Labor (June 2003)(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action For Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-286); 52.232-33 Payment by Electronic Funds Transfer-Central Contrac tor Registration (May 1999); and 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses cited within the clause 252.212-7001 are applicable: 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004)(41 U.S.C. 10a-10d, E.O. 10582); 252.225-7021, Trade Agreements (Jun 2005) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.232- 7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (Mar 1998)(10 U.S.C.2410); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.arnet.gov/far. Quotations must be signed, dated, and received by 10:00 AM (Eastern Standard Time) on September 19, 2006 via fax at 410-306-3889 or email at irene.mancuso@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. V endors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations contact Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01139773-W 20060913/060911221213 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |