Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2004 FBO #0872
SOLICITATION NOTICE

66 -- Digitizer, 32 Channel System

Notice Date
4/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0469
 
Response Due
4/30/2004
 
Archive Date
6/29/2004
 
Point of Contact
Jeanine Worthington, 410-278-0896
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(Jeanine.Worthington@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is W91ZLK-04-T-0469. (iii) The solicitation document and incorporated provisions and clauses ar e those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 334613 and the Business Size Standard is 1,000. (v) The following is a list of contract line item numbers and items, quantities and units of measure: 0001 - Digitizer, 32 channel system consisting of: 21-slot chassis, controllers, time code, clock, triple mode digitizers, modules, discs and cables, PN: SY3U-ATC-001 (2 each); 0002 - Digitizer components. Same as 0001 except no chassis, PN: SY3U-ATC-002 (3 each); 0003 - Digitizer, spares, bundle consising of 2 each controllers, clock, modules, PN: SYSP-ATC-001 (1 each) (vi) Description of requirements: The above referenced part numbers are those of BittWa re, Inc and are being solicited on a Brand Name or Equal basis. Pricing shall be required for all items as identified. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Delivery is re quired by 30 May 2004. Delivery shall be made to US Army Test Center, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at US Test Center, APG, MD 21005. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are Technical C apability, Price and Past Performance and less important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) nece ssary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear de scription of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or governm ent agencies. Past performance will consider the ability of the proposed parts to serve as replacement parts for the brand name systems, ability of the offeror to meet delivery schedules and warranty and maintenance performance. Offerors must include rec ords of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, pr ice and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the pr ovision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause ar e applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-1, Buy American Act - Balance of Payment Program - Suppli es, (FEB 2000); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999)and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Re sponses to this RFQ must be signed, dated, and received via electronic mail or fax by 30 Apr 2004, by 3:00PM EST,at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendor s who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For information regarding this solicitat ion, please contact Jeanine Worthington at (410) 278-0896, FAX (410)306-3765 or email jeanine.worthington@us.army.mil. NO TELEPHONE REQUEST WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00565759-W 20040416/040414212057 (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.