Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOLICITATION NOTICE

52 -- COORDINATE MEASURING MACHINES

Notice Date
1/29/2024 1:03:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC24Q2147
 
Response Due
2/23/2024 1:00:00 PM
 
Archive Date
03/09/2024
 
Point of Contact
Rachel Eaggleston
 
E-Mail Address
rachel.j.eaggleston.civ@army.mil
(rachel.j.eaggleston.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Solicitation Synopsis using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-24-Q-2147 The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 Dated 22 JAN 2024. The NAICS code for this procurement is 334519; The Product Service Code is 5210, MEASURING TOOLS. You must be registered within the System for Award Management (SAM) databased at time of response to this solicitation.� The website for SAM is https://www.sam.gov/. Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT: Reference Attachment 03, Price Sheet. CLIN 0001: �����������������������������������������������������������������������������QUANTITY��������� UNIT COORDINATED MEASURING MACHINE PER-----------------------2----------------Ea. Per ATTACHMENT 002 PWS CMM. CLIN 0002:����������������������������������������������������������������������������� QUANTITY��������� UNIT ADVANCED TRAINING X(6) Per------------------------------------------1-----------------Lot.���������������������������������� ATTACHMENT 002 PWS CMM. CLIN 1001:����������������������������������������������������������������������������� QUANTITY��������� UNIT OPTION- COORDINATED MEASURING MACHINE Per-----------2-----------------Ea. ATTACHMENT 002 PWS CMM. CLIN 2001:����������������������������������������������������������������������������� QUANTITY��������� UNIT OPTION- ADVANCED TRAING X(6) Per--------------------------------1-----------------Lot. ATTACHMENT 002 PWS CMM. DELIVERY AND LOCATION CLIN�������������� Description��������������� ����������� Delivery Date ALL���������������� PWS CMM above.����������� 30/60 DAYS After Receipt of Award (AR0) Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 148 300 Highway 361, Crane, IN 47522-5001, in accordance with the following: Crane Army Ammunition Activity Delivery Instructions: CAAA receiving hours are 0700 � 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. PACKAGING AND MARKING REQUIREMENTS Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 Commercial Packaging. Listing of Attachments: Attachment 01-RFQ SF1449 Document with CLIN Descriptions, Provisions & Clauses. Attachment 02- PWS CMM. Attachment 03- Pricing Sheet Attachment 04- Redacted Limited Source Justification MFR � CMM. EVALUATION STATEMENT PER FAR 52.212-2: Offerors shall submit the following Attachments in response to this solicitation: Price � Offeror must submit Completed Pricing Sheet at Attachment 03. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Review Sign and return the SF1449, RFQ and complete line item prices and option CLINS; (email) 1 copy by the submission date to the contracting officer below. ATTACHMENT 01- SF1449, Complete- The Representations and Certifications Provisions FAR 52.204-20 FAR 52.204-24 FAR 52.204-26 FAR 52.209-11 FAR 52.212-3 Alt I (dev) FAR 52.225-25 . BASIS FOR AWARD The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel.� The Government reserves the right to require the submission of any data (i.e.., Data other Than Certified Cost or Pricing Data necessary to validate the reasonableness of an offer. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. DEADLINE FOR SUBMISSION Offers are due on Feb. 23, 2024 no later than 4:00 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Rachel.J.Eaggleston.civ@army.mil; and Contracting Offerors shall include �W519TC-24-Q-2147 - Response � [Insert Offeror�s Name]� within the Subject line. End of Addendum 52.212-1 SOLICITATION CLAUSES AND PROVISIONS- Addendum to 52.212-1: Reference Attachment 01, SF1449 COMMERCIAL SOLICITATION* The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov): *SOLICITATION FAR PROVISIONS � by Reference: *SOLICITATION PROVISIONS IN FULL TEXT � Addendum to 52.212-1 *SOLICITATION CLAUSES BY REFERENCE: - Addendum to 52.212-4 SEE AMENDMENT 001 NARRATIVE BELOW: -This Amendment 001, is issued to answer the following: QUESTION:� What size Rotary Table is required? ANSWER:� The Table required is:� RT-RB-100-1. -The RFQ is NOT extended.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75ce407296e943adab44deaea06cc9a2/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06948363-F 20240131/240129230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.