SOLICITATION NOTICE
69 -- Quantity of one (1) each Ballistic Shoothouse (configured in accordance with layout specified in Attachment B).
- Notice Date
- 8/31/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R10T1058
- Response Due
- 9/9/2010
- Archive Date
- 11/8/2010
- Point of Contact
- Christina Mokrane, 928-328-3595
- E-Mail Address
-
MICC Center - YPG
(christina.mokrane@conus.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. Combination Synopsis/Solicitation Solicitation Number: W9124R-10-T-1058 Technical Questions: September 2, 2010 COB Response Date: September 9, 2010 COB This is a Combined Synopsis/Solicitation (CSS) 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. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43, Effective 02 August 2010 and Defense Federal Acquisition Regulation (DFAR) current to DCN 20100820 edition. This commercial item acquisition is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332312 with a size standard of 500 employees. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Impac Credit Card. Offerors shall account for any costs associated with accepting credit card payment. All prospective offerors must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Quotes are being solicited on a brand name or equal basis. The manufacturer of the brand name or equal items being solicited is Advanced Training Systems Inc, located at 4525 Highway 61 North, Saint Paul Minnesota 55110-3424. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum Salient Characteristics of the brand name items being solicited (Ref FAR provision 52.211-6). The Combined Synopsis/Solicitation (CSS) and Minimum Salient Characteristics may also be viewed at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/sitecontracting.asp. The quotation shall consist of one Contract Line Item Number (CLIN) as follows: CLIN 0001, Quantity of one (1) each Ballistic Shoothouse (configured in accordance with layout specified in Attachment B). Product delivery to the U.S. Army Yuma Proving Ground, AZ is required within 60 days after award. Installation shall be provided at the U.S. Army Yuma Proving Ground, AZ no later than 30 days after receipt of product. The Government anticipates award on a best value basis. Per FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All quotations will be evaluated for technical acceptability. Only those offers determined to be technically acceptable will be given further consideration. Those offerors determined to meet the minimum Salient Characteristics will then be evaluated for past performance, and price. In evaluating past performance, the government will review evaluation criteria to include, but not limited to, quality of product, customer satisfaction and delivery. The Government reserves the right to award to other than the lowest offeror based upon this evaluation. All quotations shall be clearly marked with Request for Quotation (RFQ) referencing number W9124R-10-T-1058 and e-mailed to the Point of Contact below no later than the close of business on September 9, 2010. In addition, all technical questions concerning this requirement must be e-mailed to the Point of Contact below no later than close of business September 2, 2010. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (4) Sufficient technical literature and description (to enable the Government to evaluate conformance with the technical requirements (Ref FAR 52.211-6); (5) Recent (within the last 3 years) and relevant past performance information on no less than three other contracts in which you provided same or similar items. Past performance information shall include: Contract Number, Company/Agency Name and Address, and Point of Contact (Name) to include phone number and e-mail address; (6) Proposed delivery schedule; (7) price (both unit price and total price shall be provided) to include any applicable freight; (8) Acknowledgement of any amendments to the RFQ and (9) A statement indicating that Government VISA credit card will be accepted as the method of payment. Offerors that fail to furnish the required representations 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 52.211-6, Brand Name or Equal (Aug 1999); FAR provision 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008) and FAR provision 52.222-22, Previous Contracts and Compliance Reports (Feb 1999). NOTE: In order to complete the Representations and Certifications for the following referenced provisions, you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) 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 (June 2010) applies to this acquisition. Addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) and 52.232-36, Payment by Third Party (Feb 2010). FAR Clauses 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996) and 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) also apply to this acquisition. The following DFARS provisions apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.225-7000 Buy American Act--Balance of Payments Program Certificate. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition, and specifically, FAR Clause 52.203-3, Gratuities (Apr 1984); 252.203-7000; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS clauses 252.211-7003, Item Identification Valuation (Aug 2008); and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f7869655e071ec803015f1dfc2eeef9)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02262248-W 20100902/100831235921-8f7869655e071ec803015f1dfc2eeef9 (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 |