Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
MODIFICATION

52 -- Brand name or Equivalent Updated Combo

Notice Date
5/31/2012
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
10160252
 
Response Due
6/11/2012
 
Archive Date
8/10/2012
 
Point of Contact
Michelle M. Nelsen, 907-353-4527
 
E-Mail Address
MICC - Fort Wainwright
(michelle.m.nelsen@us.army.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number 10160252 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-59, Effective 18 May 2012. This acquisition is 100% set aside for economically disadvantaged women owned small business concerns and is under North American Industry Classification Standards (NAICS) code 334519 size standards in employees 500. Description of Requirement: CLIN 0001: ****************Name Brand or Equivalent**************** The request to purchase 3 Trimble - R8GNSSRTK-PB12 Survey Grade GPS Systems-complete, Configured for 1 GPS Base Station and 2ea GPS Rovers. Product Spec's. Belo. All equivalents must be compatible with Trimble software systems. Training quote will be required for equivalent GPS System. All equivalent spec.'s must be submitted with proposal for evaluation purposes. Quote must include shipping to Joint Forces Elmendorf Richardson, Alaska 99505. Product Specs. Quantity Trimble R8 GNSS KIT, RTK/PP SW, 410-430 MHZ RCV Only (9) GNSS Base and Battery Kit (3) Office Software: Trimble Business Center Survey Advanced (3) TSC2 Controller, Color 64/128 (6) Accessory GPS Accessory kit for use with GPS Configuration (6) TDL 450h - 35W Radio System Kit 410-430MHZ (3) Tripod - Adjustment Height, 1.8M for GPS for base GPS (3) Rod - 2.0m Carbon Fiber Range Pole with Bipod (6) Tripod - Wooden Medium Duty for base radio (3) Power and Charging kit (3) Battery, Li-Ion 2.4h, 7.4v (18) Preferred Priority Support 1 year GPS Base Station (3) Preferred Priority Support 1 year GPS Rover (3) Quote Information: Quotes shall be submitted and received no later than Monday, Jun 11, 2012, at 12:00 P.M. hours (12:00 P.M.) Alaska Standard Time. Quotes may be e-mailed or faxed to the attention of primary point of contact listed below. Contact Information: Please send any questions or requests to: Mission Installation Contracting Command-Fort Wainwright, Alaska 99703 ATTN: Michelle Nelsen, call (907) 353-4527, email to michelle.m.nelsen.civ@mail.mil or fax (907) 353-7302. Alternate point of contact is Patricia Hutcherson, call (907) 353-7685 or email to patricia.j.hutcherson.civ@mail.mil or fax (907) 353-7302. Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with Central Contractor (CCR). Vendors may register at: http://www.ccr.gov. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Provision 52.211-6, Brand Name or Equal FAR Provision 52.212-1, Instruction of Offers - Commercial Items FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the representation and certifications and in the entire from at http://farsite.hill.af.mil/ FAR Provision, 52.219-1 Alt I, Small Business Program Representations FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders/Commercial Items. FAR Clause 52.219-6, Notice of Total Small Business Set-Aside FAR Clause 52.219-29, Notice Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns. FAR Clause 52.222-3, Convict Labor FAR Clause 52.222-19, Child Labor Cooperation with Authorities and Remedies FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.222-50, Combating Trafficking in Persons. FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving. FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Clause 52.228-8, Liability and Insurance - Leased Motor Vehicles. FAR Clause 52.232-18, Availability of Funds FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Clause 52.233-3, Protest after Award. FAR Clause 52.252-2, Clauses Incorporated by Reference. DFAR Clause 252.225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.247-7023, Transportation by Sea and Air (xiii). The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3dd145ca62056e01892b5ceed6bfd3f9)
 
Place of Performance
Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02762700-W 20120602/120531235903-3dd145ca62056e01892b5ceed6bfd3f9 (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.