Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

66 -- Aerodynamic Particle Sizer Maintenance

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S609T0047
 
Response Due
7/30/2009
 
Archive Date
9/28/2009
 
Point of Contact
Gene Casteel, 435-831-3455<br />
 
E-Mail Address
ACA, Dugway Proving Ground
(gene.l.casteel@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR (Federal Acquisition Regulation), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Dugway Proving Ground, Directorate of Contracting is contemplating the purchase of a non-personal services maintenance contract for the maintenance, upgrade and calibration of twenty-nine (29) each TSI, Incorporated, model numbers 3320 and 3321, APSs (Aerodynamic Particle Sizers). For a detailed review of the scope of work for this requirement, refer to the Governments website, A.S.F.I. (Army Single Face to Industry) on Solicitation number W911S6-09-T-0047. This service will consist of a ( 6 month) base period and four (4) each one-year (12 month) option periods. Note: this is a notice of intent to negotiate on a sole source basis with TSI, Incorporated, 500 Cardigan Road, Shoreview, Mn, 55126-3903. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. Submit written offers (oral offerers will not be accepted), on W911S6-09-T- 0047. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($6,500,000.00) applies to this procurement. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offers Commercial Items, applies to this solicitation. FAR 52.212-3 Alt. I; Offeror Representations and Certifications - Commercial Items, applies to this solicitation. FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditons Required To Implement Statutes or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, within clause FAR 52.212-5: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterqns; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executice Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. DFARS 252.201-7000, Contracting Officers Repretentative; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitons of Commercial Items. Specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 252.203-3, Gratuities; DFARS 252.219-7003, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.227-7015, Technical DataCommercial Items; DFARS 252.227-7037, Validation of Resrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023 Transportation of Supplies by Sea. The following DFARS clauses are incorporated into this solicitation, by full text: DFARS 252.211-7003, Item Identification and Validation. Army Contracting Executive Level Agency Program applies to this solicitation. The following local clauses apply to this solicitation: Army Electronic Invoicing Instructions, Foreign Visitors / Employees, Location of Dugway Proving Ground, Normal Work Hours, Security Badges and / or Protective Masks, Safety and Accident Prevention, Contractor Access to Dugway Proving Ground, Reporting of Contractor Manpower Data elements, Legend of Acronyms and Brevity Codes, Notice to Offerors Use of Class 1 Ozone Depleting Substances, OSHA Standards, Executive Level Agency Protest Program, Maintenance Agreement Terms and Service During Normal Working Hours. Note: All quotes must be emailed to Mr. Gene L. Casteel at gene.l.casteel@us.army.mil in eithr Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Gene L. Casteel at gene.l.casteel@us.army.mil. Quotes are due no later than 10:00 A.M. (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday, 30 July 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ19/W911S609T0047/listing.html)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
Zip Code: 84022-5000<br />
 
Record
SN01876621-W 20090717/090716000553-2fabe8fae602f217ebbca763976715ee (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.