SOLICITATION NOTICE
66 -- Ultraviolet (UV), Near Infrared (NIR) and Short Wave Infraed (SWIR) Radiometric Calibration Source
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-12-T-0019
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- Point of Contact
- Ann M. Calvin, (757) 878-5703
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(ann.m.calvin@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number is W911W6-12-T-0019 and is issued as a Request for Quotation (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intend to make a firm fixed price contract award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The applicable North American Industry Classification Standard (NAICS) code is 334516. The small business size standard is 500 employees. AATD intends to procure on a competitive bases an Ultraviolet (UV), Near Infrared (NIR) and Short Wave Infraed (SWIR) radiometric calibration source for the support of ongoing research and development activities, in accordance with the attached source specifications. The Government does not possess a complete set of specifications and technical plans to support full and open competition. The acceptance criteria will be determined by importance in the following order: Technically acceptable/lowest price. Delivery, inspection, acceptance F.O.B. point is destination. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition without addenda and is incorporated by reference. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. Clauses incorporated by reference include; 52.203-3 Gratuities; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply: 52.222-50 Combating Trafficking in Persons; 52.203-6 Restrictions on Subcontract Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation 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; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses cited within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.232-7010 Levies of Contract Payments; and 252.246-7000 Material Inspection and Receiving Report; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012; Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Interested firms may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due on September 5, 2012, 12:00 PM EDT and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Ann M. Calvin), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (ann.m.calvin.civ@mail.mil) or regular mail. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson.civ@mail.mil. All inquiries regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Ann M. Calvin), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to ann.m.calvin.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/10c4cf7811df19729c747300926ef225)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02859320-W 20120830/120829001433-10c4cf7811df19729c747300926ef225 (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 |