SOLICITATION NOTICE
36 -- Hydraulic System and Controls for Tilt Table
- Notice Date
- 2/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DATM07-02-T-0008
- Response Due
- 2/27/2002
- Archive Date
- 3/29/2002
- Point of Contact
- Cesar Reta, 928-328-6172
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(Cesar.Reta@yuma.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 ? ?Acquisition of Commercial Items? and Part 13 ? ?Simplified Acquisition Procedures?, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for a Request for Proposal (RFP) and a written solicitation will not be issued. This requirement is being issued as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-04 effective 08 Feb 2002 & Class Deviation 2002-o0002 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 Edit ion, current to DCN 20020129. It is anticipated that payment will be made by Government VISA Credit Card. The North American Industry Classification System (NAICS) is 334513 with a size standard of 500 employees. The contractor?s proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Lot, Description: HYDRAULIC SYSTEM AND CONTROLS FOR TILT TABLE in accordance with the Performance Specifications and Drawings which are located at the following website www.yuma.army.m il/contracting/rfp.html for review/printing (Note: The Performance Specifications as well as the 3 drawings are formatted as a Microsoft Word document and it is recommended that you use legal size paper to print the drawings. All proposals shall be clearl y marked with RFP number DATM07-02-T-0008 and emailed to Cesar.Reta@yuma.army.mil no later than 3:00 PM MST, February 27, 2002. In addition all technical questions concerning this requirement must be emailed to Cesar.Reta@yuma.army.mil on or before Februar y 25, 2002. Offers that fail to furnish required representations or technical information as required by FAR 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous (Best Value) to the Government based on technical acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 ?Instruction to Offerors?Commercial Items? (Oct 2000). NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffar1.htm, locate the referenced clause, copy and paste it to a Word document and complete. FAR provision 52.212-3 ?Offeror Representations and Certifications? (Feb 2002) with Alternate III (Oct 2000) and DFARs 252.212-7000 ?Offer Representations and Certifications-Commercial Items? (Nov 1995) apply to this acquisition. FAR clause 52.212-4 ?Contract Terms and Conditions?Commercial Items? (Dec 2001) applies to this acquisition, and specifically addendum, 52.247-34 ?FOB Destin ation? (Nov 1991). FAR clause 52.212-2 ?Evaluation-Commercial Items? (Feb 2002) applies to this acquisition. Paragraph a. of this provision is completed as follows: Award will be made on a ?Best value? basis. Your proposal shall be reviewed first to ensur e compliance with the performance specifications. If determined responsive, the following additional evaluation factors shall be applied to determine ?Best value?. Factor 1: The first ?Best value? criteria is Past Performance to include; (a) timely deliver y, (b) warranty response time and (c) reliability of end items (most important) delivered in the past 3 years. Your proposal shall provide past performance points of contact to address these items. Factor 2: The second ?Best value? criteria is the Site Pre paration Plan (one third as important as factor 1) that must be submitted with your proposal. Award may be made to other than low offeror, based on ?Best value? as evaluated against the previously stated factors. FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items? (Aug 2000) applies to this acquisition, and specifically 52.203-6 ?Restrictions on Subcon tractor Sales to the Government, with Alternate I? (JUL 1995), 52.219-8 ?Utilization of Small Business Subcontracting Plan (OCT 1999), 52.219-14 ?Limitations on Subcontracting (DEC 1996), 52.222-21 ?Prohibition of Segregated Facilities? (Feb 1999), 52.222- 26 ?Equal Opportunity? (FEB 1999), 52.222-35 ?Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era? (DEC 2001), 52.222-36 ?Affirmative Action for Workers with Disabilities? (JUN 1998), 52.222-37 ?Employment Reports on Disabled Veterans and Veterans of the Vietnam Era? (DEC 2001), 52.222-19 ?Child Labor?Cooperation with Authorities and Remedies? (DEC 2001), 52.232-33 ?Payment by Electronics Funds Transfer-Central Contract Registration? (MAY 1999), 52.232-34 ?Payment by EFT-Other than CCR (May 1999), FAR 52.232-36 ?Payment by Third Party? (May 1999). DFARS clause 252.212-7001 ?Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items? (Nov 2001) applies to this ac quisition, and specifically 252.225-7036 ?Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payments Program? (Mar 1998). If you plan on participating in this acquisition you are required to provide your name, address, pho ne number and e-mail address to the e-mail address provided herein for notification of amendments. Your proposal must indicate whether you will accept payment by VISA, state warranty terms and conditions and time of delivery, which is not to exceed 120 da ys. See Note 1.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00028029-W 20020221/020219221625 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |