SOLICITATION NOTICE
60 -- Fiber Support Equipment
- Notice Date
- 9/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335921
— Fiber Optic Cable Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-17-T-0232
- Archive Date
- 9/23/2017
- Point of Contact
- David A. Humfleet,
- E-Mail Address
-
david.a.humfleet.civ@mail.mil
(david.a.humfleet.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation number is W91ZLK-17-T-0232. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is set-aside 100% for small businesses; all qualified Contractors are encouraged to submit a quote. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html. The NAICS code is 335921, with a small business size of 1000 employees. Army Contracting Command-Aberdeen Proving Ground, Tenant Division (ACC-APG TD) in support of Aberdeen Test Center (ATC) requires the following Brand Name or Equal network/communications supplies. A firm fixed price purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. This request for quote is being set aside 100% for Small Business. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with this Request for Quotations W91ZLK-17-T-0232. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable: The equipment in this RFQ W91ZLK-17-T-0232 is for Brand Name or Equal to the items identified. The Specifications and Requirements reflect the characteristics and level of quality that will satisfy the Government's needs. This is a Brand Name or Equal acquisition. In accordance with FAR Provision 52.211-6, Brand Name or Equal, if an equal item is offered, it is the responsibility of the Offeror to demonstrate that the product offered as equal meets or exceeds the brand name item. Failure to do so will result in the offered product being deemed technically unacceptable removed from consideration for award. Contractor shall complete and return the SF 1449 (RFQ), their quote and any supporting documentation (brochures, price lists, explanation of equivalency, etc.). The Contractor shall specify delivery and installation date estimates after receipt of order, unit prices, extended prices and commercial warranties with quote submissions. Quotes shall specifically address each requirement listed on this document. Partial quotes will NOT be evaluated by the Government. All equipment WITHOUT EXCEPTION must be new and any manufacturer's warranty information must be included. All submissions must be TAA Compliant and clearly annotated on the quotation. Past performance will be evaluated as a no-cost factor in accordance with FAR 15.305(a)(2)(iv). However, a lack of past performance will not eliminate an offeror from consideration. The offeror shall propose equipment which has been manufactured and sold for at least 1 year. Offeror must demonstrate that they have experience in providing similar like products within the last 3 years. The Government reserves the right to make an award without discussions. Government reserves the right to make multiple awards, from this solicitation for CLINs 0001 through 0036. Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Mr. David Humfleet, Contracting Officer via email david.a.humfleet.civ@mail.mil no later than 15 September 2017 @ 11:00 AM Eastern Time (ET). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov service desk http://www.FSD.gov. For questions concerning this Request for Quotations contact Mr. David Humfleet, Contracting Officer via email david.a.humfleet.civ@mail.mil. Please provide any questions no later than 12 September 2017 @ 11:00 AM Eastern Time. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bbef00c9fe92e550f0d3432398360758)
- Place of Performance
- Address: USA ABERDEEN TEST CENTER, BLDG 358 MICHAELVILLE ROAD, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Record
- SN04665357-W 20170908/170906233845-bbef00c9fe92e550f0d3432398360758 (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 |