Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2008 FBO #2446
SOLICITATION NOTICE

66 -- ANECHOIC CHAMBER

Notice Date
8/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-1077
 
Response Due
8/26/2008
 
Archive Date
10/25/2008
 
Point of Contact
Samuel Colton, 928-328-6354
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Subpart 13.5, 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 U.S. Army Yuma Proving Ground, AZ has a requirement to purchase (1) Anechoic Chamber with an internal dimension of 40ft x 25 ft x 12ft. The Request for Quote (RFQ) number is W9124R-08-T-1077 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 20080721. This acquisition is being solicited unrestricted. The North American Industry Classification System (NAICS) code is 334515 and the size standard is 500 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following items: Contract Line Item Number (CLIN) 0001-1 Each Anechoic Chamber with an internal dimension of 40ft x 25 ft x 12ft. All offerors proposing an item shall demonstrate that the proposed item meets or exceeds all of the minimum specifications found on our web site at http://www.yuma.army.mil/contracting/ under the above referenced RFQ number. Award will be made to the responsive, responsible low priced offeror whose proposed product meets or exceeds the minimum specifications provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Jun 2008); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial items (Jun 2008) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Feb 2007); FAR 52.212-5, Contract terms and conditions required to Implement Status or Executive Order-Commercial items (Jun 2008); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Jul 2005); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products (May 2008); FAR 52.225-5 Trade Agreements (Nov 2007); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense acquisitions of Commercial Items (Mar 2007). Specific clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.211-7003, Item Identification and Valuation (June 2005); DFARS 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008); DFARS 252.225-7014 Preference for Domestic Specialty Metal (Jun 2005); DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005); DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004); DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (Mar 2008); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) and DFARS 252.247-7023 Transpiration of Supplies by Sea (May 2002). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFARS 252.204-7004 Required Central Contractor Registration (Sep 2007). Any technical questions concerning this requirement shall be e-mailed to the point of contact listed below on or before 11:00 a.m. MST, August 14, 2008. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to Samuel.Colton@us.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 11:00 a.m. MST, August 26, 2008, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) Be registered in the Central Contract Registration (CCR) and Online Representations and Certifications Application (ORCA), (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to the point of contact listed below for notification of any amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8bf1bffd91468adb9e791293c4985d1d&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
 
Record
SN01631837-W 20080807/080805223318-8bf1bffd91468adb9e791293c4985d1d (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.