Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

16 -- T-611/ASN Transmitter Induction Compass, National Stock Number (NSN): 6605-00-531-2992. CN-405/ASN Transmitter Compensator, NSN: 6605-00-487-4773

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-Q-C207
 
Response Due
9/10/2007
 
Archive Date
11/9/2007
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W15P7T-07-Q-C207. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition C ircular 2006-07. The NAICS code for this acquisition is 334511, with a Small Business Size Standard of 750 employees. This solicitation is issued as a Request For Quotation (RFQ) from the C-E LCMC Acquisition Center, Fort Monmouth, NJ 07703, AMSEL-AC-CA-R T-N. The proposed action is for a One-Time, Firm-Fixed Price contract for the procurement of the following: 1. Quantity 106 T-611/ASN Transmitter Induction Compass, National Stock Number (NSN): 6605-00-531-2992, Military Specification number MIL-T-45277(EL). 2. Quantity 499 CN-405/ASN Transmitter Compensator, NSN: 6605-00-487-4773, Military Specification number MIL-C-55398(EL). All Offerors must meet the minimum delivery schedule set forth as follows: SLIN 0001AA, NSN: 6605-00-487-4773, qty. 20 each 30 days after contract and qty. 20 each month thereafter until completion. SLIN 0002AA, NSN: 6605-00-531-2992, qty. 10 each 30 days after contract and qty. 10 each month thereafter until completion. Inspection and Acceptance will be at the Source, and FOB Point is Destination. All items are to be shipped to Transportation Officer, DDSP New Cumberland Facility, New Cumberland, PA 17070-5001. Packaging shall be in accordance with Standard Practice for C ommercial Packaging (ASTM-D-3951-98). The Level of Protection (LOP) = Commercial, Level of Pack (LPK) = Commercial, Quantity Unit Pack (QUP) = 001. Unique Identification (UID) and Radio Frequency Identification (RFID) apply to this procurement and WILL NOT be separately priced. Award will be made to the lowest priced responsive, responsible offer. The total evaluated price will be the sum of all SLINS. ALL QUOTATIONS ARE DUE NO LATER THAN 2:00 PM ET, 10 SEPTEMBER 2007. The US Army C-E LCMC has established the IBOP website as part of the Armys Singe Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from C-E LCMC t o industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. Federal Acquisition Regulation (FAR) clause 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. Offerors are required to complete and submit a copy of the FAR Provision 52.212-3, Offeror Representations and Certifications  Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions-Commercial Items, applies to this acquisition and incorporates the following clauses by reference: 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-3 Convict Labor 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.232-29 Terms for Financing of Purchases of Commercial Items 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration DFAR 252.212-7001, Contractor Terms and Conditions Required to Implement Statutes or Execut ive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition and incorporates the following clauses by reference: FAR 52.203-3 Gratuities DFAR 252.225-7001, Buy American Act and Balance of Payments Program DFAR 252.225-7021 Trade Agreements DFAR 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFAR 252.232-7003 Electronic Submission of Payment Requests The following additional clauses are incorporated by reference: FAR 52.247-34 FOB Destination FAR 52.252-01 Solicitation Provisions Incorporated by Reference FAR 52.246-2 Inspection of Supplies  Fixed Price FAR 52.227-01 Authorization and Consent FAR 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-03 Patent Indemnity FAR 52.227-06 Royalty Information FAR 52.227-09 Refund of Royalties FAR 52.233-2 Service of Protest FAR 52.244-6 Subcontracts for Commercial Items DFAR 252.211-7006 Radio Frequency Identification DFAR 252.211-7003 Unique Item Identification and Validation DFAR 252.212-7000 Offerors Representations and Certifications  Commercial Items FULL TEXT OF THE ABOVE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING THE FOLLOWING INTERNET WEBSITES: http://farsite.hill.af.mil or http://www.acqnet.gov/far/fac.html The following clauses that apply to this procurement. Full text can be obtained by contacting Brian Triggiano (brian.triggiano@us.army.mil): 52.7043 Standard Practice for Commercial Packaging 52.6076 Army Electronic Invoicing Instructions 52.7080 DFAS Columbus Web Invoicing System 52.6110 Failure to Comply with F.O.B. Terms 52.7251 AMC-Level Protest Program Please contact Brian Triggiano, brian.triggiano@us.army.mil, 732-532-8336, with any questions or concerns.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC-CA-RT-N (BMT), Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01378589-W 20070822/070820221530 (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.