Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

47 -- Suction Hose Assembly

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
TACOM - Sierra Army Depot, Building 74, Herlong, CA 96113-5009
 
ZIP Code
96113-5009
 
Solicitation Number
W912GY-06-T-0011
 
Response Due
6/8/2006
 
Archive Date
8/7/2006
 
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; proposals are being requested and a written solicitation will not be issued. Reference number W912GY-06-T-0011 must be referenced in your response. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-09 Effective 19 May 2006 & Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement DCN 20060519 Edition. This synopsis/solicitation is for small business set-aside. The North American Industry Classification System code for this syn opsis/solicitation is 332912 and the associated small business size standard is 500 employees. CLIN 0001: Suction Hose Assembly IAW MIL-PRF-370J Standards. Hose must be non-collapsible, 6: diameter, male X female aluminum cam-lock fittings, 12' long, 150 PSI working pressure. Female cam-locking end must have at least 3 cam-locking arms. To include captive end caps and plugs IAW A-A-59326B. Hose Fittings will be Type II & VI: Coupling Half, male by hose shank on one end by female hose shank on other end . Material will be Class A: Aluminum and either Style 1 or 2 is acceptable. Positive locking system incorporated or not. FOB: Destination/Inspection and acceptance at Destination. Quantity is 576 each. Delivery requested is 60 Days. The following prov isions and clauses apply to this procurement: FAR 52.203-3, Gratuities; FAR 52.203-6 Alt 1, Restrictions On Subcontractor Sales To The Government; 52.204-7, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FA R 52.207-4 Economic Purchase QuantitySupplies; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I; 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 Deviati on; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations On Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child LaborCooperation with Authorities and Remedie s; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Worker s With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues and Fees; FAR 52.227-2, Notice An d Assistance Regarding Patent And Copyright Infringement; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-2, Service of Protest (see mailing address below); FAR 52.233-3, Protest After Award; FAR 52.242-13, Bankruptcy; 52.242-15, Stop-Work Order; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 252-6, Authorized Deviations In clauses; FAR 52.253-1, Computer Generated Forms; DFARS 252.204- 7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Co ntrol by the Government of a Terrorist County; DFARS 252.209-74, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Reque sts for Equitable Adjustment; DFARS 252.246-7000, Material Inspection And Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea. The Government will review each proposal submitted in response to this solicitation and make award to the of feror who represents the best value. Responses to this notice must be received no later than 5:00 p.m. PDT, 8 June 2006 at the following address: Sierra Army Depot, Attn: AMSTA-SI-CO-CON, Tracy Marino, Building 150, Herlong, CA 96113; emailed to tracy.ma rino@us.army.mil, or faxed to (530) 827-4722 to the attention of Tracy Marino. Responses may be submitted on company letterhead stationary and must include the following information: Reference Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items, Alternate I or documentation that information has been entered into the Online Representations and Certification Application at http://www.bpn.gov. Additi onal information: be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR w ebsite at http://www.ccr.gov. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Place of Performance
Address: TACOM - Sierra Army Depot Building 74, Herlong CA
Zip Code: 96113-5009
Country: US
 
Record
SN01057458-W 20060527/060525221250 (fbodaily.com)
 
Source
FedBizOpps 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.