Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

10 -- CAL .50 Advanced Inbore Markmanship Training Enhancement System for Tanks (AIMTEST), NSN: 1005-01-464-2468, Contractor P/N: 51125 and Direct Support Package (w/extra spares), Contractor P/N: 50200E, NO NSN.

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
DAAE2002T0240
 
Response Due
4/24/2002
 
Archive Date
5/24/2002
 
Point of Contact
Suzanne McGregor, (309) 782-3127
 
E-Mail Address
Email your questions to TACOM - Rock Island
(mcgregors@ria.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combine synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6 as a supplement with additional information include in this notice. This acquisition is sole source to Ameri can Apex Corporation; therefore, no other proposals will be accepted. This announcement constitutes the only solicitation; no written proposals will be issued. The solicitation number for this acquisition is DAAE20-02-T-0240 under simplified acquisition procedures, test program. DESC: 1005-01-464-2468, Contractor P/N: 51125, and NSN: N/A; Contractor P/N: 50200E. The items to procure are CAL .50 Advanced Inbore Marksmanship Training Enhancement System for Tanks (AIMTEST) and an AIMTEST Direct Support Package (w/extra spares). Requirements are 15 each, AIMTEST, and 1 each, AIMTEST Direct Support Package (W/extra spares). FOB is origin. This requirement is to support FMS for tank training requirements. SIC Code is 3484. This solicitation will be iss ued electronically and only one award will result from this solicitation. The following FAR Clauses apply to this acquisition: 52.212-1, Instructions to Offerors ? Commercial Items (Aug 1998); 52.212-2, Evaluation ? Commercial Items (Jan 1999); 52.212-3, Offeror Representations and Certifications ? Commercial Items (Feb 1999). Completed representations and certifications shall accompany this proposal. A copy of these representations and certifications must be submitted with the proposal. Clause 52.212- 4, Contract Terms and Conditions ? Commercial Items (Apr 1998); 52.121-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (Mar 1999); 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor R egistration. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The Government will award a purchase or der resulting from this combined synopsis/solicitation. Delivery shall be 60 days after receipt of contract award or sooner. Offeror must provide earliest delivery time and payment terms. Inspection and acceptance shall be in accordance with commercial practices. Packaging shall be best commercial in accordance with ASTM D 3951 and Bar Code markings are required in accordance with MIL-STD-129 (Latest Revision). The contractor shall implement and maintain a quality system that ensures the functional and physical conformity of all products furnished under this contract. The quality system shall achieve defect prevention and process control, providing adequate quality controls throughout all areas of contract performance. At any time during contract perf ormance, the Government will have the right to review this quality system to assess its effectiveness in meeting contract requirements. The company shall provide the company?s standard commercial warranty coverage for all products furnished under this con tract. The Government reserves the right to require a subsequent or limited inspection report if the contractor makes a significant change in production processes and/or type of material. Offeror is reminded to include a completed copy of the provision a t 52.212-3, Offeror Representations and Certifications, which can be obtained by calling the point of contact listed in this notice. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders ? Commercial Items; and Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are hereby incorporated by refer ence. The following paragraphs apply to this solicitation and any resultant award: 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-1, 52.232-33, 52.239-1, 52.247-64, 52.203-3, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7015, 252.243-7002, 252.247-7023, and 252.247-7024. Simplified Acquisition Procedures are authorized per FAR Part 13.500. A Signed and dated offer is due by 3:30 PM Central Standard Time, April 24, 2002. In accordance with FAR Clause 52.215-5, Facsimile Proposals, Offerors are to use the following address and telephone number for a datafaxed proposal: TACOMRI, ATTN: AMSTA-LC-CSC-A/Sue McGre gor, (309) 782-3813.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00061502-W 20020419/020417213348 (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 |
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.