SOLICITATION NOTICE
K -- Modification of Test Fixtures
- Notice Date
- 1/31/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333512
— Machine Tool (Metal Cutting Types) 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
- W9124R07T1030
- Response Due
- 2/12/2007
- Archive Date
- 4/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with addional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ( FAC) 2005-14 dated 22 Nov 2006 and Defense Federal Acquisition Regulation (DFAR) Supplement, current to DCN 20070122. The awarded contract will be firm fixed price. This commercial item acquisition is 100% Small Business Set-aside. The North American Indus try Classification System (NAICS) is 333512 with a size standard of 500. 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. This announcem ent is for QTY 1, Expander Head: One Kimball expander head requires modification of the hole pattern, fabrication of a vertical axis guidance support frame, and installation of thermal barrier. QTY 2, Slip plate: Two UD slip plates require modification of the existing slip plate hole pattern and installation of thermal barrier. QTY 1, Head Plate: Fabrication of one 25 inch diameter Head Plate fixtures is required. The scope of work entitled Test Fixtures Rev. 16 Nov. 2006 with three additional drawings fo r each of these fixtures are attachment A, B, and C posted at the U.S. Army Contracting Agency Yuma web site http://www.yuma.army.mil/contracting/index.html. Award will be made on a best value basis and the Government reserves the right to award to other t han the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) ability to meet delivery date of 60 days after contract award iii) past performance, and i v) price. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency N ame and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. 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 Repres entations and Certifications Application (ORCA) web site at http://orca.bpn.gov. NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vf far1.htm, locate the reference clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) and DFAR 252.212-7000 Offeror Representations and Certifications Commerci al Items (Jun 2005). All quotes shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma AZ. 85365. Vendors that are subject to the Arizona Transaction Privilege Tax must include that cost in their proposals. It is anticipated that payment of the contract, resulting from this CSS, will be made via Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment in their proposal. All proposals shall be clearly marked with RFQ number W9124R-07-T -1030 and emailed to erik.reta@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 12 February 2007, Noon MST. The deadline for technical questions is 07 February 2007, Noon MST. Offers that fail to furnish required representations or technica l information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sept 2006). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2006). FAR 52. 247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Nov 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisi tion are: 52.219-6 Notice of total small business set aside (JUN 2003). 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-36 Affirmative Action for Work ers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). 52 .232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007) applies to this Acquisition, and specifi cally 252.225-7001 Buy American Act trade Agreements Balance of Payments Program (June 2005) and 252.232-7003 Electronic Submission of Payments Request (May 2006). If you plan on participating in this acquisition you are required to provide your name, addr ess, phone number, and email address to Erik Reta via email to erik.reta@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01222944-W 20070202/070131221425 (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 |