SOLICITATION NOTICE
58 -- Microwave Transmission Systems
- Notice Date
- 1/15/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Support (ALTK), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669
- ZIP Code
- 87117-5669
- Solicitation Number
- DTRA02-03-Q-0004
- Response Due
- 2/10/2003
- Point of Contact
- Emelda Armijo, Contract Specialist, Phone (505) 846-8475, Fax (505) 846-4246,
- E-Mail Address
-
emelda.armijo@ao.dtra.mil
- Small Business Set-Aside
- Total Small Business
- 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number: DTRA02-03-Q-0004 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #01-11 and DFARS Change Notice 20021220. This is 100% set aside for small business concerns. Applicable NAICS 334220 and size standard is 750 employees. The Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following Item. Line Item 0001 - Microwave Transmission Systems to include 2 year warranty, Qty: 3, IAW attached Salient Requirements, dated 13 Jan 03, Line Item 0002 - Installation/Setups/Checkouts, Line Item 0003 -Training (To include Operation and basic maintenance/trouble shooting and on-site training) Training to be completed within 60 days of completion of system operational/acceptance date, Line Item 0004 - Technical Service (Telephone technical support service for 1 year), Line Item 0005 - Documentation, (Complete system's user/operation/maintenance manuals and any required software) (The manuals and software shall be delivered on CD's compatible to MS Word XP) not separately priced (NSP). Note: Only New Equipment will be accepted. No Partial Deliveries. Required site visit is scheduled for 31 Jan 03, 8:00 am (MST) (date is subject to change due to range closure, contractors will be notified accordingly). Contractor attending the site visit shall submit the name of company, individual(s), social security number and statement of U.S. Citizenship no later the 24 Jan 03. Contractors to meet at DTRA Compound, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669. Equipment to be delivered no later than 03 Mar 03. Installation to be completed no later than 21 Mar 03 or sooner. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered to Defense Threat Reduction Agency c/o Honeywell Technology, Attn: Alan Bell, Permanent High Explosive Test Site (PHETS), San Antonio, NM 87832. With final inspection and acceptance at destination. Contractors/workers must be U.S. Citizens in order gain access to White Sands Missile Range (WSMR). Hours of operation are Monday through Thursday, between 7:30 am and 3:00 pm (MST). The following FAR provisions, clauses, and addenda apply to this acquisition: 52.212-1- Instructions to Offerors-Commercial Items 52.212-2 - Evaluation-Commercial Items. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) On price (2) past performance - offerors shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone Number, Contract Number, Amount of Contract, and Items provided. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. Other applicable clauses: 52.212-4 - Contract Terms and Conditions - Commercial Items, 52.212-5 - Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items, and with the following applicable FAR clauses: 52.203-6 -Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-14- Limitations on Subcontracting, 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 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration; 52.225-15 - Sanctioned European union Country End Products, 52.225-16 - Sanctioned European Union Country Services, 52.233-1 - Disputes; 52.243-1 - Changes - Fixed Price, 52.246-1 - Contractor Inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) provision 252.212-7000 - Offeror Representations and Certifications - Commercial items. The following clauses and addenda apply to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 - Required Central Contractor Registration; 252.225-7001 - Buy American Act and Balance of Payment Program; 252.247-7023 - Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.247-7024 - Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and Duns number; (5) in accordance with DFARS 204-73, Vendor must be registered in Central Contractor Registration (CCR). For Solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR database. Registration may be done by accessing the CCR via the Internet at http:// www.ccr2000.com. This is a DO-A70 rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later then 4:00 p.m. (MST) COB: 10 Feb 03: Defense Threat Reduction Agency, ALTK, Attn: Emelda Armijo, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes are acceptable, 505-846-4246). E-mail is emelda.armijo@ao.dtra.mil. The anticipated award date is 12 Feb 03. Responsible sources may submit a quote, which shall be considered by this agency. Note 1.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DTRA/DTRA02/DTRA02-03-Q-0004/listing.html)
- Place of Performance
- Address: Defense Threat Reduction Agency c/o Honeywell Tedhnology, Permanent High Explosive Test Site (PHETS) San antonio NM
- Zip Code: 87832
- Zip Code: 87832
- Record
- SN00239729-F 20030117/030115215506 (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 |