Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

99 -- Sealevel Serial Radio Adapters

Notice Date
8/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2111860600
 
Response Due
8/19/2011
 
Archive Date
10/18/2011
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@us.army.mil)
 
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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation W67K2111860600 is issued as a Request for Proposal. North American Industry Classifications System Code (NAICS) is 334220, size standard is 750 employees. SPECIFICATIONS: 1.Fifty Seven (57) each Sealevel ACC-188 Serial Radio Adapters (Mfg p/n 9065-PRC-117G). Note: Specified manufacturer only. Equivalents will not be accepted. Items shall be delivered to: Utah Army National Guard Headquarters 12953 South Minuteman Drive Draper, Utah 84020 EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price award and will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Lowest price technically acceptable and (2) ability to meet delivery requirement of 30 September 2011. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. In addition to the completion in ORCA, if the offeror is proposing items manufactured from other than the United States, they shall state the "Country of origin" with their offer. Quotes are due NLT 5:00 pm MST 19 August 2011. E-mail quotes to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All proposals must arrive at the place and by the time specified. Questions regarding this solicitation shall be in writing and sent via e-mail to the address above. Quotes are required to include: 1.Shipping and handling. 2.Unit and extended pricing. 3. Quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.212-1 Instructions to Offerors - Commercial Items; (3) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I; (4) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (5) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Award (b) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (c) FAR 52.222-3 Convict Labor; (d) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (e) FAR 52.222-21 Prohibition of Segregated Facilities; (f) FAR 52.222-26 Equal Opportunity; (g) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (h) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (i) FAR 52.232-33 Payment by Electronic Funds Transfer- Center Contractor Registration; (j) FAR 52.233-3 Protest After Award; (k) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (6) FAR 52.222-25 Affirmative Action Compliance; (7) FAR 52.252-2 Clauses Incorporated by Reference; (8) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (9) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (10) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.247-7023 Transportation of Supplies by Sea;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2111860600/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020
 
Record
SN02530717-W 20110813/110811235627-ca3c0eed1ef377b21e411e3717e25c09 (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.