SOLICITATION NOTICE
66 -- ITS GPS Synchronized Time Code Generator with Time Source Management
- Notice Date
- 4/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-08-T-1038
- Response Due
- 4/24/2008
- Point of Contact
- Maribel, 928-328-6424
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplied with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Fac 2005-24, Effective 31 Mar 2008 & Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080331 Edition. This solicitation is being issued as a Request for Quotation (RFQ) resulting in a Firm-Fixed Price contract. It is anticipated that payment will be made by Government Visa Payment Card. Offerer shall account for any costs associated with accepting Visa payment. This commercial acquisition is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) is 334511 with a size standard of 750 employees. All perspective offerers must be actively registered in the Central Contractor Registration. Offerers may register online at http://www.ccr.gov. This contract will be for the procurement of the following Contract Line Item Number (CLIN): 0001, Quantity: 8, Unit of Issue: Each, Description: GPS Synchronized Time Code Generator with Time Source Measurement. USAYPG is currently using Instrumentation Technology Systems (ITS) equipment and the same equipment brand is required to maintain baseline compatibility and data consistency. Quotations from brands other than ITS will not be accepted. The Government intends to award a contract to the responsible offerer whose offer conforming to the proposal will be most advantageous to the Government based on best value. The requirement specifications, statement of work, this CSS, or any other pertinent information applicable to this solicitation are located at the U.S. Army Contracting Agency, Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-08-T-1038.All quotations shall include any costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365-9498. Arizona vendors are to include the Arizona Privilege Tax. All quotations shall be clearly marked with RFQ reference number W9124R-08-T-1038 and emailed or sent to the Point of Contact (POC) below no later than 24 April 2008 at 3:00 PM Mountain Standard Time MST. In addition, all technical questions concerning this requirement must be emailed to the POC below no later than 22 April 2008 at 10:00 AM Mountain Standard MST. Offerers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerers Commercial Items (Nov 2007); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Nov 2006) with Alternate I (Nov 2007). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. If the offerer has completed the annual representation and certification electronically at the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov/ then the offerer shall only be required to submit a signed copy of section (l)(2) of FAR Clause 52.212-3 in place of FAR 52.212-3.). The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerers Commercial Items (Nov 2007); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Nov 2007) Alternate I (Apr 2002); FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Feb 2008) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); FAR 52.219-28 Post-Award Small Business Program Representation (Jun 2007); 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008); 52.222-36 - Affirmative Action for Workers With Disabilities 52.222-21(Jun 1998); Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-50 -Combating Trafficking in Persons (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), specifically 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); DFARS 252.211-7003 Item Identification and Valuation (JUN 2005). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849 for notification of amendments. FedBizOps Note Number One applies to this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7142dff3af114e8b5bf884586f60a28&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Zip Code: 85365-9106
- Record
- SN01555933-W 20080419/080417215744-e7142dff3af114e8b5bf884586f60a28 (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 |