Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2007 FBO #2211
SOLICITATION NOTICE

36 -- TEST CHAMBERS

Notice Date
12/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
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-08-T-0083
 
Response Due
12/20/2007
 
Archive Date
2/18/2008
 
Point of Contact
Susan Sowa, 410-278-0771
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(susan.sowa@us.army.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. The combined synopsis/solicitation number is W91ZLK-08-T-0083 and it is issued as a Request for Quotations (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-21. This acquisition is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) is 333999 and Small Business size standard is 500 employees. The Government intends to award a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, Maryland for the following item: CLIN 0001  Fixed Position Temperature/Humidity Test Chamber to include complete installation and operato r instruction, (2) sets of installation drawings, (2) sets of operator maintenance manuals and commercial warranty. Fixed Position Temperature/Humidity Test Chamber interior dimensions 94 wide x 122 deep x 83 high, clear usable workspace and 18 gauge s tainless-steel liners, additional specifications are in accordance with W91ZLK-08-T-0083 Specifications. A copy of the detail W91ZLK-08-T-0083 Specifications can be provided by contacting Susan Sowa at susan.sowa@us.army.mil or via fax @ 410-306-3726. The contract will be awarded to Lowest Price Technically Acceptable (LPTA). A technically acceptable offer is required to fully meet all the salient characteristics in W91ZLK-08-T-0083 Specifications. The technical evaluation will be a determination as t o 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 quotation. To ensure sufficient information is available, vendor s are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a purchase o rder 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. The following clauses are incorpora ted by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contra ct Terms and Conditions - Commercial Items (Feb 2007), 52.223-11 Ozone-Depleting Substances; 52.247-34 F.O.B. Destination; Acceptance shall be at destination. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, with quotations. The clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Nov 2007) to include the following FAR clauses cited within this clause. 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep 2006); 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations on Subcontracting (DEC 1996); 52.219-28 Post Award Small Business Program Rerepresentation (June 2007); 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Affirmative Action For Disabled Veteran s and Veterans of the Vietnam Era (Sep 2006); 52.222-36 Affirmative Action For Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50 Combat ing Trafficking in Persons (Aug 2007); 52.225-1 Buy American ActSupplies (June 2003); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2005); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Elect ronic Funds Transfer-Central Contractor Registration (May 1999); and 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisiti ons of Commercial Items apply to this acquisition. The following clauses cited within the clause 252.212-7001 are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012, Preferenc e for Certain Domestic Commodities (Jan 2007); 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Mar 2006); 252.225-7021, Trade Agreements (Mar 2007); 252.232- 7003 Electronic Submission of Payment Requests (Mar 2007). The full text of t he FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.arnet.gov/far. Quotations must be signed, dated, and received by 4:30 PM (Eastern Standard Time) on December 20, 2007 via fax at 410-306-3726 or email at susan.sowa@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. V endors 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 http://www.ccr.gov. For questions concerning thi s Request for Quotations contact Susan Sowa Contracting Specialist @ (410) 278-0071 or email susan.sowa@us.army.mil. Please submit your quotations to Ms. Sowa via email to: susan.sowa@us.army.mil or Fax 410-306-3726.
 
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
SN01470311-W 20071216/071214224714 (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.