Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2008 FBO #2348
SOLICITATION NOTICE

58 -- Magellan eXplorist 400 GPS

Notice Date
4/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-08-Q-D081
 
Response Due
5/8/2008
 
Point of Contact
robyne.baugh1, 732.427.1647
 
Description
Synopsis/Solicitation No. W15P7T-08-Q-D081. This is a combined synopsis solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) part 12.6. Streamlined Procedures for Evaluation and Solicitation for Commercial items found under FAR 13.5. Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, a quotation is being requested and a separate written solicitation will not be issued. This effort is for Foreign Military Sales. The North American Industry Classification System (NACIS) Code for this effort is 333314 with the corresponding Small Business Size standard of 500 employees. Requirement is for Magellan eXplorist 400 GPS (Color-Black) to include one year warranty, battery charger, PC cable, user manual, and carrying case. Battery Support for the GPS and GPS software. The period of performance for this award will be sixty (60) days. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Inspection and acceptance shall be at SOURCE. Shipments are to be FOB Origin. Upon award contractor would be required to contact local DCMA Office for shipping instructions. There will be three (3) CLINS; CLIN, 0001, Magellan eXplorist 400 GPS (Color-Black) to include one year warranty, battery charger, PC cable, user manual, and carrying case, quantity of 20 each; CLIN 0002, Battery Support for the GPS- 24 batteries per package, quantity of 2 packages and CLIN 0003; GPS Software for European Maps. All work shall be done in accordance with attached Statement of Work. 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 Offertory must submit quotations on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. In accordance with FAR 52.21205(b), the following clauses also apply: FAR 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33 DFARS 252.212-7001 Contract Terms and Conditions Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. In accordance with DFARS 252.212-7001(b), the following clause also applies: 252.232-7003. The offeror shall include a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification, Commercial Items, Alternate I with their offer. Additional provisions and clauses applicable to this acquisition are as follows: FAR 52.204-7 Central Contractor Registration, FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 5 2.223011, Ozone-Depleting Substances, FAR 52.227-1, 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 o f Contract Claim, FAR 52.243-1, Changes Fixed Price, FAR 52.246-2, Inspection of Supplies -- Fixed-Price, FAR 52.246-15, Certificate of Conformance, FAR 52.247-34,. Destination Evidence of Shipment, FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist County, DFARS 252.211-7006, Radio Frequency Identification DFARS 252.232-7010, Levies on Contract Payments; FAR 52.227-01 Authorization and Consent (Jul 1995) (Supply); FAR 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement (Aug 1996); FAR 52.227-03 Patent Indemnity (Apr 1984) (Supply); FAR52.227-06 Royalty Information (Apr 1984); FAR 52.227-09 Refund of Royalties (Apr 1984); FAR 52.247.30 F.O.B. Origin, Contractors Facility; FAR 52.242-15 Stop-Work Order; FAR 52.211-6 Variation in Quantity. Full text of these provisions and clauses, with noted exception to the below-listed local clauses, may be obtained by accessing either of the following: http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov/far. The following clauses are local CECOM Life Cycle Management Command (CECOM LCMC) clauses. If needed, the offeror shall request a copy of these local clauses from the Contract Specialist: 52.6106, Notice: Solicitation Ombudsman 52.6076, Army Electronic Invoicing Instructions, 52.6110, Mandatory Use of Contractor to Government Electronic Mail, 52.6115, Material Inspection and Receiving Reports, DD Form 250, DFARS Appendix F, 52.7043, Standard Practice for Commercial 52.7047, 52.7050, Administrative Data/Instructions to the Paying Office, 52.7080, DFAS Columbus Web Invoicing System, 52.76303.1. Requirements for Packaging. Preservation, packaging, and marking shall be in accordance with (IAW) Section D of the Contract. Radio Frequency Identification (RFID) Requirements shall be IAW the Section I clause, DFARS 252.211-7006/PADDs No. IA 0001, of the contract. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC and be marked with an ASLC approved DUNNAGE stamp. 3.1.5. Failure to comply with these requirements may result in refusal, destruction, or treatment of materials at the point of entry. The Government reserves the right to recoup from the contractor any remediation costs incurred by the Government. 3.2 Requirements for Item Marking (Commercial Off The Shelf Items). Part Number Marking. Each item delivered under contract, along with each assembly, sub assembly, and module, shall be legibly marked with the appropriate part number, manufacturer s identification, serial number and NSN. Hardware such as screws, nuts, bolts, etc., need not be marked. This requirement should be entirely met by the contractor s standard commercial marking However, if there is any question about marking it shall be directed to the Contracting Officer for resolution. 3.3 Requirements for Quality Assurance System. The contractor shall implement and maintain a Quality Assurance System for commercial items that meets or exceeds commercial best practices. These established commercial quality requirements shall be commonly accepted practices employed by industry in both national and international manufacturing environments. 4.0. Government Quality Assurance. Any in-process inspections performed by the Government shall be conducted in a manner consistent with contractor s commercial practices. The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register with the Central Contractor Registration (CCR) by calling (800) 334-3414 or at http://www.ccr.gov. The U.S. Army CECOM Life Cycle Management Command (CECOM LCMC) has established the Interactive Business Opportunities Page (IBOP) website as part of the Army s Single Face to Industry, to allow electronic posting of solicitations for Request for Proposals (RFP), and Invitations for Bids (IFB). All parties interested in doing business with the U.S. Army CECOM Life Cycle Management Command are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The offeror shall submit their proposal through the Interactive Business Opportunities Page (IBOP) by 4:30 PM ET on 14 March 2008. Questions and or concerns regarding this solicitation/synopsis shall be directed to Robyne Baugh, Contract Specialist via phone at (732) 427-1647 or email Robyne.Baugh1@us.army.mil. The Contracting Officer for this acquisition is Thomas S. McConnell via email Thomas.McConnell@us.army.mil phone (732) 532-5986. Registration guidance for the Interactive Business Opportunities Page (IBOP) website is provided under User Services at the User Registration Link on the Interactive Business Opportunities Page (IBOP) website. For technical Interactive Business Opportunities Page (IBOP) related issues unrelated to registration, call (732) 532-1840 or (732) 532-5246. This synopsis/solicitation has been posted to the Interactive Business Opportunities Page (IBOP) under Solicitation No.: W15P7T-08-Q-D0081. Place of Performance: US Army C-E LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ, 07703-5008, US Attachment 001 Statement of Work April 28, 2008 1.0 Scope. This Statement of Work (SOW) defines the efforts required to produce the products required by this solicitation in accordance with the Documents listed below. The items being purchased are entitled FMS Buys MD-B-UBD. 2.0 Applicable Documents. The following documents are applicable to the extent cited. 2.1 Military and Federal Stds DocumentNo.Document TitleApplicability NONE 2.2 Military and Federal Specs DocumentNo.Document TitleApplicability NONE 2.3 Other DoD Documents DocumentNo.Document TitleApplicability NONE 2.4 ComlDocuments DocumentNo.Document TitleApplicability NONE 3.0 Requirements. The contractor shall produce the items in the quantity set forth in Section B of the schedule in accordance with Documents listed above and this SOW. In the event of a conflict between the requirements of this SOW and any drawings for the item on contract, the requirements of this SOW shall govern. 3.1. Requirements for Packaging. 3.1.1 Packaging - All hardware items shall be packaged and marked IAW Section D of the contract. 3.2 Requirements for Item Marking (Commercial Off The Shelf Items). Part Number Marking. Each item delivered under contract, along with each assembly, sub assembly, and module, shall be legibly marked with the appropriate part number and manufacturers identification. Hardware such as screws, nuts, bolts, etc., need not be marked. This requirement should be entirely met by the contractors standard commercial marking. However, if there is any question about marking it shall be directed to the Contracting Officer for resolution. 3.3. Requirements for Final Inspection and Test (COTS). The contractor shall comply with the following requirements: 3.3.1 Quality System. The contractor shall establish/maintain a system for the final inspection and test of all purchased items to comply with contract or order requirements. 3.3.2 Inspection and Testing. The contractor shall assure that all inspections and tests were performed on completed products. The contractor shall perform any additional inspections and tests (including visual/mechanical inspections and functional tests) required to satisfy the form, fit, and function requirements of the contract or order. 3.3.3 Records. The contractor shall maintain adequate records of inspections and tests to demonstrate that the final product satisfies contract requirements. 3.3.4 Measuring, Testing, and Inspection Equipment. The contractor shall provide and maintain gages (including production tooling used for inspection purposes) and other measuring and testing equipment to assure that finished products conform to contract requirements. These devices shall be calibrated against certified measurement standards which are traceable back to national/international standards. 3.3.5 Nonconforming Material. The contractor shall maintain controls for material which does not satisfy contract or order requirements, including procedures for the its identification, segregation, and disposition (rework/repair, scrap, etc.). 3.3.6 Corrective Action. The contractor shall promptly act to correct nonconforming materials and conditions to satisfy contract or order requirements and prevent the recurrence of this problem. 3.3.7Handling, Storage, Preservation, Packaging, and Shipping. The contractor shall control the handling, storage, preservation, packaging, and shipping to protect the quality of finished products. PADDS.DOC ARP Control No. TBD ARP Title: FMS Buys MD-B-UBD PADDS Schedules (No Inserts) CodePADDS No.PADDS Title AEF0010(Fixed Price-FP)Insp. of Supplies AHF0100Commercial Warranty AIF0760FAR - VE PADDS.DOC (continued) PADDS Schedules(With Inserts) CodePADDS No.PADDS TitleInsertInsert Text NONE
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f555b1eec1d0b53a422ecf36a86c627a&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01562712-W 20080501/080429215206-f555b1eec1d0b53a422ecf36a86c627a (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.