SOLICITATION NOTICE
66 -- Vibration Test Equipment
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R11T1048
- Response Due
- 9/1/2011
- Archive Date
- 10/31/2011
- Point of Contact
- Kimberly Ross, 928-328-3314
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(kimberly.ross3@us.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. 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. The 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 Federal Acquisition Circular (FAC) 2005-53 Effective 04 Aug 2011 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20110725 (Effective 25 July 2011) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-11-T-1048. The solicitation is issued as a 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 334519 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR) prior to award of contract. Offerors may register online at https://www.bpn.gov/ccr/default.aspx. It is anticipated that a Firm Fixed Price (FFP) three-year Requirements-type contract is proposed for this effort. Quotes shall conform to the Contract Line Item Number (CLIN) structure indentified in Attachment 1. Offerors must provide the Unit Price, Total Price, and Total Extended Price for all CLINs. It is anticipated that the contract award will be issued subject to the availability of funds. It is anticipated that payment will be made by Wide Area Workflow (WAWF). Offerors shall account for any costs associated with accepting payment. This requirement is for equipment replacement required to improve operational reliability and shock testing capabilities at the U.S. Army Yuma Proving Ground (USAYPG). Existing test systems related to the contract requirements are two Ling 4022 systems and a Ling B335 system. The equipment installation and utility modifications, such as electrical service, pneumatic, plumbing, for each item are defined as separate contract requirements. The contractor may propose additional or alternate equipment to meet the requirements. The government anticipates award on a best value basis. 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. The Government reserves the right to award to other than the lowest offeror. Offerors must propose to perform all aspects of the Performance Work Statement (PWS). Offerors will be required to submit written proposals. Evaluation Criteria are provided (FAR Provision 52.212-2) in Attachment 3. This RFQ closes on Thursday, 01 September 2011 at 1:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-11-T-1048 and shall be submitted by the closing date indicated in the CSS, in the content, format, and copies specified in Attachment 3. RFQ responses shall be submitted in both electronic format (CD-ROM) and hard copy format. A site visit will be conducted on Monday, 15 August 2011, 8:00 a.m. MST at the Mission Installation Contracting Command Center - Yuma, Conference Room, and Building 2364, Room 126 located on USAYPG. Directions and additional instructions pertaining to the site visit are located in Attachment 4. There will be only one question period. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the POC listed below no later than Monday, 22 August 2011 at 8:00 AM MST. Reference RFQ W9124R-11-T-1048 on all inquiries. Offerors that fail to furnish required documentation as required by FAR provisions 52.212-1(b) and addendum to FAR 52.212-1 (Attachment 3) or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. Attachments: Attachment 1 - CLIN Structure Attachment 2 - Salient Characteristics Attachment 3 - Clauses and Provisions (to include FAR 52.212-1 and 52.212-2) Attachment 4 - Site Visit
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/82f2549b2e229bcbaa948d99000bbe16)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2364 RM 101 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02519824-W 20110805/110803235024-82f2549b2e229bcbaa948d99000bbe16 (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 |