Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
MODIFICATION

66 -- Provide Engine Harness Set and IDS Set

Notice Date
7/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Multi-National Forces Iraq, Joint Contracting Command Iraq, JCCIA, Taji Regional Contracting Center, CONTRACTING OFC, CAMP COOKE, Taji,
 
ZIP Code
00000
 
Solicitation Number
W915JS91706001
 
Archive Date
7/23/2009
 
Point of Contact
Daffeney L. Dortly, Phone: 3188343155
 
E-Mail Address
daffeney.dortly@iraq.centcom.mil
(daffeney.dortly@iraq.centcom.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 01: Change to paragraph (b) All quotes are due on or before 0900, Eastern Standard Time (EST), Wednesday, 8 July 2009. Electronic quotes are required. Any questions in regards to this solicitation must be submitted no later than 0900, Eastern Standard Time (EST), Mpnday, 6 July 2009 to ensure the Government ample response time and timely submittals of proposals. Submission shall be made via email to daffeney.dortly@iraq.centcom.mil. Quotes must reference the solicitation number. This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: W915JS91706001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2009-0115. This acquisition is a small business set aside under NAICS code 334515. This RFQ contains four (4) line items. The items are on a firm fixed price basis and all items can be brand name or equal. The line items are as follows: Item 1: T70X Engine Harness Set, Part Number 07-0401-05; Qty 2; Unit of Issue-Each (EA); Unit Price: $ _________ Item 2: IDS Set, Part Number 06-0125-65; Qty 2; Unit of Issue- Each (EA); Unit Price $_________ Item 3:UxValidator, T70x Engine Harness, Part Number 07-0401-15; Qty 2; Unit of Issue-Each (EA); Unit Price $__________ Item 4: IDS Set, Part Number 06-0125-75; Qty 6; Unit of Issue-Each (EA); Unit Price $________ The cost of shipping shall be included in the line item price. The required delivery date is 21 days after receipt of award. The place of delivery, acceptance and FOB destination point is Camp Taji, Iraq. The preferred method of shipping is via USPS, deliver to SFC Martin Alamo, HHC 1 st ACB, Bldg 127, APO AE 09378; however, DHL or FEDEX may be used as an alternate shipping method with delivery to SFC Martin Alamo, HHC 1 st ACB, Bldg 127, Camp Taji Iraq. Acceptance will be performed by the Government. This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions and clauses may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provisions and clauses by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provisions and clauses may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The FAR provision 52.212-1, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 0900, Eastern Standard Time (EST), Wednesday, 8 July 2009. Electronic quotes are required. Any questions in regards to this solicitation must be submitted no later than 0900, Eastern Standard Time (EST), Mpnday, 6 July 2009 to ensure the Government ample response time and timely submittals of proposals. Submission shall be made via email to daffeney.dortly@iraq.centcom.mil. Quotes must reference the solicitation number. (b) Submit a technical description for all "or equal" items being offered. (c) Central Contractor Registration. Offerors must be registered in the CCR database at the time of submission of offer to be considered a contract award. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (Jan1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforms to the requiements of the solicitation. Award basis is lowest price technical acceptable. Offeror responding to this requirement must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2009); 52.209, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2009), is applicable to this procurement along with the following addenda: 5 2.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) ; 52.222-50, Combating Trafficking in Persons (Aug 2007) ; 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Protest after Award (Aug. 1996); <h4 style="MARGIN: 0in 0in 0pt"> 52.233-3 -- Protest After Award (Aug 1996); </h4> <h4 style="MARGIN: 0in 0in 0pt"> 52.233-4 -- Applicable Law for Breach of Contract Claim; </h4> 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), is applicable to this acquisition along with the following addenda:. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7021, Trade Agreements (Nov 2008); 252.232-7003 Electronic Submission of Payment Requests (Mar 2007); 252.247-7023 Transportation of Supplies by Sea Alternate III (May 2002); The following additional DFARS provisions and clauses also apply: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.211-7003, Item Identification and Valuation (Aug 2008); The following additional JCCI/A provisions and clauses also apply: 952.232-0003 JCC-I/A WIDE AREA WORKFLOW INSTRUCTIONS (MAR 2009) 1. To implement DFARS Clause 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS", JCC-I/A uses Wide Area Workflow - Receipt and Acceptance (WAWF-RA) to electronically process contractor requests for payment. This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. 2. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this procurement action. Submission of hard copy DD250/invoices will no longer be accepted for payment except as provided in paragraph 3 of this clause. 3. The Contractor may submit a payment request using other than WAWF-RA only when: (a) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF-RA; (b) DoD is unable to receive a payment request in electronic form; or (c) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment. 4. INSTRUCTIONS: (a) INITIAL: The contractor shall register to use WAWF at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk in Ogden, UT. Their number is 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/. (b) DESCRIPTION OF WAWF-RA TYPES OF INVOICE/RECEIVING REPORTS: (1) Progress Payment (For use under contractually authorized Progress Payments) (2) Performance Based Payment (For use under contractually authorized Performance Based Payments) (3) "COMBO" Invoice/Receiving Report (For Supply CLINS including ammunition items and ammunition related items) (4) "2-in-1" (For Service CLINS only) (5) Cost Voucher (For use with Cost Reimbursement contracts, Time and Material or Labor Hour contracts containing FAR Clauses 52.216-7, "Allowable Cost and Payment" or 52.232-7, "Payments under Time-and-Materials and Labor-Hour Contracts") (c) CODES: THE FOLLOWING CODES ARE REQUIRED TO ROUTE CONTRACTOR INVOICES THROUGH WAWF: Contractor CAGE Code:___ Pay DoDAAC (Department of Defense Activity Address Code: ___ Issue DoDAAC*:___ Admin DoDAAC*: ___ Inspect by DoDAAC*: ____ Contracting Officer*:___ Ship to Code*: ___ *Required fields in WAWF. CAGE Code, Paying, Issuing, and Administering DoDAACS and the assigned Contracting Officer may be found on the face of the award document. When the contract administration is assigned to DCMA; the contractor should contact the assigned Administrative Contracting Officer to obtain the applicable "inspect by" DoDAAC. If contract administration is retained by the Issuing/Procuring Activity; the contractor should contact the assigned Procuring Contracting Officer to obtain the applicable "inspect by" DoDAAC. When items are ready for shipment, the contractor shall prepare and include with each shipment, a receipt and accountability document describing the contents of the shipment. Its purpose is to ensure proper receipt and accountability is maintained for ammunition and ammunition related items. In accordance with DFARS 252.246-7000, contractor submission of the material inspection and receiving information required by Appendix F of the DFARS by using the Wide Area Work Flow (WAWF) electronic form fulfills the requirement for a material inspection and receiving report (DD Form 250). Two copies of the receiving report (paper copies of either the DD Form 250 or the WAWF report that reflect the exact contents of each conveyance) shall be distributed with each shipment, in accordance with Appendix F, Part 4, F-401, and Table 1 of the DFARS. In addition to including a copy of the receipt and accountability document with each shipment, the contractor shall send an electronic copy to the Contracting Officer within one day of shipment. If the volume of the shipment precludes the use of a single car, truck, or other vehicle, a separate receipt and accountability document shall be prepared and included in the shipment. If the shipped to, marked for, shipped from, mode of shipment, contract quality assurance and acceptance data are the same for more than one shipment made on the same day under the contract, the contractor may prepare one document to cover all shipments; however, each document shall be annotated to reflect the partial of any item on a single vehicle, such as partial 1 of 3, 2 of 3, and 3 of 3 and the document accompanying each shipment shall identify the unique contents of each vehicle, i.e., lot, quantity per lot, etc. For proper receipt and accountability, the WAWF electronic document shall contain, at a minimum, the following information for each shipment: The "Header Tab" of WAWF must identify the Prime contractor's name and CAGE Code. Besides the financial requirements of "Unit Price", "Unit of Measure", "Qty. Shipped", the extended dollar "Amount", and the ACRN, the "Line Item" tab of WAWF must identify: Contract Number Delivery Order number (if applicable) Shipment Number Invoice Number Item Number (CLIN Number from contract) Stock Number (NSN) In the "Description" field of the WAWF document, the MILSTRIP requisition document number and the ammunition LOT and serial number (if applicable) must be annotated for the quantities shipped related to this particular invoice. NOTE: If there are multiple LOT numbers or multiple MILSTRIP requisition document numbers, each LOT number and MILSTRIP requisition number must be identified separately. 952.233-0001 JCC-I/A AGENCY PROTEST PROGRAM (MAR 2009) (a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of an Agency Protest decision is available through appeal to the Principal Assistant Responsible for Contracting (PARC) in accordance with FAR 33.103. A JCC-I/A is a "PROTEST TO THE AGENCY," within the meaning of FAR 33.103. The JCC-I/A Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within JCC-I/A, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the Agency Protest, the Agency Protest will be dismissed. (b) An interested party may file a written protest to the Contracting Officer under the JCC-I/A Agency Protest program for contract solicitations issued by JCC-I/A. Such Agency Protests are limited to objections to any of the following: (1) A solicitation or other request by an agency for offers for a contract for the procurement of property or services. (2) The cancellation of the solicitation or other request. (3) An award or proposed award of the contract. (4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the termination or cancellation is based in whole or in part on improprieties concerning the award of the contract. (c) Voluntary Automatic Stay. This provision describes the circumstances under which JCC-I/A voluntarily agrees to stay performance of a contract in consideration of a decision by an interested party to file an Agency Protest, as permitted by FAR 33.103(f)(4). (1) In a standard post-award agency protest, the agency must not proceed with contract performance, pending resolution of the protest. This is known as an "automatic stay" and it mirrors the stay required under a timely post-award protest to the GAO under 31 U.S. Code 3553(c) and FAR 33.104(c) (a "Competition in Contracting Act (CICA) Stay"). However, if the agency determines that performance must proceed, based upon the criteria set forth in FAR 33.103(f)(1), the automatic stay may be overridden. This is known as an automatic stay "override." (2) The CICA stay applies only if the GAO protest is filed within 10 days from notice of award, or within 5 days of a required debriefing. A firm may file a JCC-I/A Agency Protest and, if it is dissatisfied with the agency's protest decision, may wish to file a follow-on GAO protest. Under normal circumstances, a protester that goes to the GAO after receiving an adverse agency decision will find that the GAO may take jurisdiction and actually render a recommendation, but that the CICA Stay no longer applies. (3) The JCC-I/A voluntarily agrees to stay performance of a contract when an interested party files a timely protest under the JCC-I/A Agency Protest Program. Should the interested party disagree with the Contracting Officer's or RCC/Division Chief's resolution of an Agency Protest, it may appeal to the Principal Assistant Responsible for Contracting (PARC) or utilize another protest forum. The JCC-I/A Voluntary Automatic Stay extends the protester's right to preserve the status quo pending resolution of all protests with respect to a particular contract action. In return for the protester's initially filing its protest as an Agency Protest instead of with the GAO, the contracting officer agrees that, if the protester ultimately disagrees with the Contracting Officer or RCC/Division Chief's decision and files a GAO protest, the agency will agree not to proceed with performance just as it would have done if the protester had filed its protest with the GAO right from the start. This means that in an Agency Protest, the agency may override the stay under the same standards and circumstances as would have applied if the protest had originally been filed with the GAO. Nothing in this provision adversely affects an interested party's rights to protest a contract action to the GAO, or to seek other relief related to the action. (4) However, an appeal and review of the Contracting Officer's Agency Protest decision by the PARC will not extend the GAO's timeliness requirements. Therefore, any subsequent protest to the GAO must be filed within 10 days of receipt of the Contracting Officer's Agency Protest decision. (d) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (g) of this provision for resolution of protests. (e) For the purpose of filing a JCC-I/A Agency Protest, an interested party means an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (f) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-mail address; the solicitation or contract number, identity of the contracting activity and the contracting officer's name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and must state it is an Agency Protest for decision by the Contracting Officer. (g) JCC-I/A Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from JCC-I/A, Regional Contracting Office-Taji, email: taji.RCC@iraq.centcom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MNF-I-JCC-I/W91GFC/W915JS91706001/listing.html)
 
Place of Performance
Address: RCC-Taji, Camp Taji, Iraq, APO, Non-U.S., 09378, Iraq
 
Record
SN01866559-W 20090708/090707000559-be406de98d2136169c32e9836fdf6a7b (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.