Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2006 FBO #1831
SOLICITATION NOTICE

59 -- Cabinet Assembly

Notice Date
11/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
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-07-T-1014
 
Response Due
12/4/2006
 
Archive Date
2/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12  Acquisition of Commercial Items and Part 13  Simplified Acquisition Procedures, as supplemen ted with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you revi ew FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of the following item: Item Quantity Part No. Description Manufacturer 1. 3 F787654CC070 DEC25-27 Cabinet Assembly Emerson The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13 (September 28, 2006), Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation (DFARs) Supplement, current to DCN20061109 edition. Government Visa Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. It is anticipated that payment will be made by Government Impac (Visa) Credit Card. Offerer shall account f or any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 423610 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. If you provide a quotation fo r other than the Brand Name specified you must provide technical information and/or descriptive literature about the product you propose so that a technical determination can be made during the review process. All quotations shall include transportation co sts to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked with W9124R-07-T-1014 Cabinet Assembly and emailed to steve.tirone@yuma.army.mil or via facsimile (92 8) 328-6849 no later than COB December 4, 2006. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from c onsideration. The Government intends to award a contract to the responsible bidder whose quote conforming to the solicitation will be the most advantageous to the Government based on technical acceptability, past performance and price. The following FAR C lauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Commercial Items (Sep 2006), FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Cu rrent FAR in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov . FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) applies to this acquisition, addendas attached are: FAR 52.211-6 Brand Name or Equal (Aug 1999) and FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 52.212-2 Evaluation C ommercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award to other than the lowest offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet th e requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will b e reviewed for compliance with the Performance Specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past per formance have been determined acceptable. Unreasonable prices or a history of poor performance can be cause for a determination of not the best value for the Government. Further, as non-price factors tend to equalize, price differences become more signific ant. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Sep 2006) apply to this acquisition. Specific clauses cited und er FAR 52.212-5 that are applicable to this acquisition are FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 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 (Sep 2006), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Emplo yment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003), FAR 52.232-36 Payment by Third Party (May 1999 ). FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitio ns of Commercial Items (Nov 2006) apply to this acquisition, and specifically DFAR 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Jun 2005), DFAR 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Progra m (Jun 2005) and DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006). DFAR 252.243-7001, Pricing of Contract Modifications (Dec 1991) and DFAR 252.243-7002, Requests for Equitable Adjustments (Mar 1998) also apply to this solicitation. A fter reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. See N ote 1.
 
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
SN01188037-W 20061201/061129220658 (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 |
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.