Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOLICITATION NOTICE

58 -- AN/PVS-7 Night Vision Goggles, Gen II

Notice Date
6/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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-C037
 
Response Due
6/18/2008
 
Archive Date
8/17/2008
 
Point of Contact
Patrick Smith, 732-427-1393
 
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. The proposed contract is 100% set aside for small business concerns. The associated NAICS code is 334419 and small business size standard is 500 employees. This is a Foreign Military Sale (FMS) in support of Iraqi Freedom. The solicitation is a Request for Quotation No. W15P7T-08-Q-C037. The U.S. Army intends to procure the following Commercial Item: Description: AN/PVS-7 Night Vision Goggles, Gen II, P/N: GTS-200-7, Quantity 42, with a 100% option. Delivery is to commence 120 days after receipt of order. Shipments are to be F.O.B. Origin. DCMA will supply shipping instructions. Packaging shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Provisions and Clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors Commercial; 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; 52.212-03 Offerors Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial Items; Defense Acquisitions of Commercial Items the following clauses apply: 252.225-7001, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023: FAR 52.222-22, Previous Contracts 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 Substance; FAR 52.227-02, Authorization and Consent ; FAR 52.232-33, Payment by Electronic Funds Transfer Centeral Contractor Registration; FAR 52.227-1, 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 52.247-29, F.O.B. Origin; FAR 52.246-2, Inspection of Supplies Fixed Price; FAR 52.246-16, Responsibility for Supplies; FAR 52.252-02, Clauses Incorporated by Reference; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.211-7006, Radio Frequency Identification; FAR 52.243-01, Changes Fixed Price(Supplies); FAR 52.204-7, Central Contract Registration (for Certifications and Requirements) The following clauses are local Communications-Electronics Life Cycle Management Command (CECOM-LCMC) clauses and the contractor shall request a copy from the Contract Specialist, if needed; 52.7043 Standard Practice for Commercial Packaging; 52.6062, FOB Origin Shipping Instructions Transportation Accounting Codes (TACS) and Long Line of Accounting (LOA) 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; 52.7025, Verification of Ship to/ and/or; Notice of Availability address for FMS 52.7388, Transportation of Foreign Military Sale (DCMC Administered) 52.6076, Army Electronic Invoicing 52.0851, FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITHOUT EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING WESITES: http://www.acq.osd.mil/dpap/dars/dfars/. The basis for award will be price. The Representations and Certifications must be completed within the solicitation. The contractor must be registered within Central Contractor Registration (CCR) in order to receive an award. Defense Priorities and Allocations System (DPAS) is D0-A7. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic postings of solicitations/offers to include Requests for Proposals (RFPs), Request for Quotations, (RFQ), and Invitations for Bids (IFBs). All parities interested in doing business with CECOM are invited to access, operate, send and receiving information from the IBOP at http://abop.monmouth.army.mil. All offerors are to be submitted to the IBOP on June 18, 2008 at 1:00pm est. A copy of this synopsis/solicitation has been posted on the IBOP website under Solicitation No. W15P7T-08-Q-C037. The point of contact for this action is Patrick Smith, Contract Specialist, 732-427-1393 or Patrick.Smith30@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2bd19e950ad9e57c623d29cad3c8306&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
SN01587111-W 20080606/080604220841-d2bd19e950ad9e57c623d29cad3c8306 (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.