Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2005 FBO #1444
SOLICITATION NOTICE

29 -- 6 EA. Parker Hannifin part No. CCV4500-08L (NSN: 4240-01-519-5626) & Parker Hannifin part No. CCV6000-08L (NSN: 2940-01-519-8738. A 100% option is included in this procurement.

Notice Date
11/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-Q-F807
 
Response Due
11/22/2005
 
Archive Date
1/21/2006
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a separate written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-06-Q-F807. Only the original manufacturer and authorized resellers of Parker Hannifin Fluid Filter Assembly may submit offers for this solicitation. The Small Business size standard for the number of employees is 750 for the North American Industry Classification System (NAICS) Code 336399. The U.S. Army intends to procure the following Commercial Off-the-Shelf (COTS) items: Description Quantity Delivery Parker Hannifin Part Number: CCV4500-08L 6 20 Days after Contract Award NSN: 4240-01-519-5626 Parker Hannifin Part Number: CCV6000-08L 6 20 Days after Contract Award NSN: 2940-01-519-8738 * Parker Hannifin Part Number: CCV4500-08L 6 45 Days after Option Award NSN: 4240-01-519-5626 * Parker Hannifin Part Number: CCV6000-08L 6 45 Days after Option Award NSN: 2940-01-519-8738 * items included in a 100% Option. The Option is valid for 360 days after contract award and may be exercised anytime at the discretion of the Government. The Government shall notify the Contractor of its intention to award the Option at least 10 days pr ior to award. Additional deliverable requirements for this solicitation are: Exhibit A: DI-MISC-80711A, Scientific & Technical Report Shipments are to be FOB Destination. Destination will be DDSP New Cumberland, New Cumberland, PA. Packaging shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Marking shall be in accordance with MIL-STD-129P with Change 3. Identification Marking of US Military Property is required in accordance with MIL-STD-130L with Change 1. [See DFARS 252.211-7003] Requirements for Radio Frequency Identification (RFID) is required in accordance with MIL-STD-129P with Change 3. [See SOW, Para 3.6,3.6.1, and 3.6.2] All other requirements can be found in the Statement of Work, dated 26 October 2005, incorporated at Attachment 001. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.203-3, Gratuities; FAR 52.204-3, Taxpayer Identification; FAR 52.207-4, Economic Purchase Quantity - Supplies FAR 52.211-15, Defense Priority and Allocation Requirements; FAR 52.211-16, Variation in Quantity; FAR 52.212-1, Instructions to Offerors - Commercial Items); FAR 52.212-3, Offeror Representations and Certifications  Commercial Items FAR 52.212-4, Contract Terms and Conditions  Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: (1), (14), (15), (16), (17), (18), (19), (20), (25), (31), for Paragraph (c) the following clau ses apply: (1) and (4); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7037, 252.232-7003, 252.243-7 002, 252.247-7023; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.225-13, Restrictions on Certain Foreign Purchases (Deviations); FAR 52.227-01, Authorization and Consent; FAR 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-03, Patent Indemnity; FAR 52.227-06, Royalty Information; FAR 52.227-09, Refund of Royalties; FAR 52.232-01, Payments; FAR 52.232-08, Discounts for Prompt Payment; FAR 52.232-33, Prompt Payment; FAR 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-15, Stop-Work Order; FAR 52.246-01, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-02, Clauses Incorporated by Reference; DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.217-7026, Identification of Source of Supply; DFARS 252.227-7013, Rights in Technical Data - Noncommercial items; DFARS 252.227-7016, Rights in Bid or Proposal Information; DFARS 252.227-7017, Identification and Assertion of Use, Release or Disclosure Restrictions; DFARS 252.227-7027, Deferred Ordering of Technical Data or Computer Software; DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to The Government; DFARS 252.227-7030, Technical Data - Withholding of Payment; The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Coding; 52.7050, Administrative Data/Instructions to the Paying Office; 52.7055, Mandatory Use of Government to Government Electronic Mail; 52.6110, Mandatory Use of Contractor to Government Electronic Mail; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/indext.htm or http://www.acqnet.gov/far/ BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. Contractor m ust complete Section K, Representations, Certifications, and Other Statement of Offerors, (Attachment 002) and submit along with quotation. The Contracting Officer reserves the right to make no award under this procedure. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. A copy of this synopsis/solicitation along with previously mentioned attachments h ave been posted on the IBOP website under Solicitation Number W15P7T-06-Q-F807. The Point of Contact for this action is, Sandie Kapoor, Contract Specialist, 732-532-8335 or sandie.kapoor@mail1.monmouth.army.mil .
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00928120-W 20051109/051107212223 (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.