Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2004 FBO #1077
SOLICITATION NOTICE

95 -- AN/PVS 7A Night Vision Goggles Mount. Reissue of W9124M-04-T-0018.

Notice Date
11/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
ACA, Fort Stewart, Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 219, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-05-T0016
 
Response Due
11/24/2004
 
Archive Date
1/23/2005
 
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). The combined synopsis/solicitation number is W9124M-05-T-0016 The associated North America Industry Classification System (NAICS) Code is 332313 and the Business Size Standard is 500. Description of requirements: The Third Infantry Division seeks 8,500 mounts that enable an AN/PVS-7A to mount to the night vision mount of an Advanced Combat Helmet. Mount must be identical in characte ristics to the current AN/PVS-7B/D mount. Desired delivery date of mounts is NLT 15 January 2005. The contractor shall provide a price per unit for a quantity of 8,500 to include shipping. In addition to the quote, an offeror must submit one fully operati onal copy of the mount for evaluation of functionality no later than the closing of this RFQ. The following clauses and provisions are incorporated by reference. 52.212-4 Contract Terms and Conditions Commercial Items, The provision at 52.212-1, Instructi ons to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Price, p ast performance and technical. Past Performance, Technical, and Delivery Time are greater than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. Past performance will be ev al uated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, and support. The gover nme nt will award an order to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall i nclu de a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Requ ired To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I ( 41 U. S.C. 253g and 10 U.S.C. 2402), FA R 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); F AR 52. 222-26 Equal Opportunity; FAR 52.2 22.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.22 2-37, E mployment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR cl ause Con tract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratui ties, 252 .225-7001 Buy America and Balance of Payment Program, 252 .225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Me asuring Tools, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite. hill.af.mil, http://www.arnet.gov/far, and http ://www.dtic .mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax November 24, 2004 no later than 5:30 PM EST at the US Army Contracting Agency Southern Region, Direct orate of Contracting, 1042 William H. Wilson Ave Suite 21 9, Fort Stewart, GA 31314, ATTN: MAJ Michael Milner. Fax # 912-767-2969 and e-mail michael.milner@stewart.army.mil. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Ven dors may regi ster with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact MAJ Michael Milner, Contracting Officer via email michael.milner@ stewart.army.mil.
 
Place of Performance
Address: ACA, Fort Stewart Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 219 Fort Stewart GA
Zip Code: 31314-3322
Country: US
 
Record
SN00704755-W 20041107/041105212122 (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.