Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

66 -- Pressure Transducers

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
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
W9124R09T1110
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Christina Mokrane, 928-328-3595
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(christina.mokrane@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-09-T-1110 Technical Questions: September 24, 2009 COB Response Date: September 28, 2009 COB NOTE: This requirement is being solicited SUBJECT TO THE AVAILABILITY OF FUNDS. In the event funding is not received, this RFQ will be cancelled. No legal liability on the part of the Government may arise for any costs an offeror incurs as a result of responding to this RFQ. All offerors submitting quotations shall ensure that their proposed prices are valid through November 30, 2009. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, Effective 10 September 2009 and Defense Federal Acquisition Regulation (DFAR) current to DCN 20090825 edition. This commercial item acquisition is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 334519 with a size standard of 500 employees. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Impac Credit Card. Offerors shall account for any costs associated with accepting credit card payment. All prospective offerors must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Quotes are being solicited on a brand name or equal basis. The manufacturer of the brand name or equal items being solicited is Setra Systems Inc, located at 159 Swanson Road, Boxboro Massachusetts, 01719-1304. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum salient characteristics of the brand name items being solicited (Ref FAR provision 52.211-6). The Combined Synopsis/Solicitation (CSS) and Minimum Salient Characteristics are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/sitecontracting.asp.The quotation shall consist of nine Contract Line Item Numbers (CLINs) as follows: CLIN 0001, Quantity of one (1) each Pressure Transducer, P/N: 205-2; CLIN 0002, Quantity of ten (10) each, Pressure Transducer, P/N: 205-2025A; CLIN 0003, Quantity of five (5) each, Pressure Transducer, P/N: 205-2 50A; CLIN 0004, Quantity of twenty (20) each, Pressure Transducer, P/N: 205-2 100A; CLIN 0005, Quantity of thirty (30) each, Pressure Transducer, P/N: 205-2 250A; CLIN 0006, Quantity of four (4) each, Pressure Transducer, P/N: 205-2 500; CLIN 0007, Quantity of four (4) each, Pressure Transducer, P/N: 205-2 1000; CLIN 0008, Quantity of one (1) each, Pressure Transducer, P/N: 205-2 3000; CLIN 0009, Quantity of ten (10) each, Pressure Transducer, P/N: 205-2 5000. Product delivery to the U.S. Army Yuma Proving Ground, AZ is required within 90 days after award. The Government anticipates award on a lowest price technically acceptable basis. All quotations shall be clearly marked with Request for Quotation (RFQ) referencing number W9124R-09-T-1110 and e-mailed to the Point of Contact below no later than the close of business on September 28, 2009. In addition, all technical questions concerning this requirement must be e-mailed to the Point of Contact below no later than close of business September 24, 2009. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of FAR 52.212-3 Offerors Representations and Certifications Commercial Items Alt I; (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements (Ref FAR 52.211-6); (5) Recent (within the last 3 years) and relevant past performance information on no less than three other contracts in which you provided same or similar items. Past performance information shall include: Contract Number, Company/Agency Name and Address, and Point of Contact (Name) to include phone number and e-mail address; (6) Proposed delivery schedule; (7) price (both unit price and total price) for each CLIN to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax; (8) Acknowledgement of any amendments to the RFQ and (9) A statement indicating that Government VISA credit card will be accepted as the method of payment. Offerors that fail to furnish the required representations or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.211-6, Brand Name or Equal (Aug 1999); FAR provision 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008). NOTE: In order to complete the Representations and Certifications for the following referenced provision, you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002); An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Mar 2009) applies to this acquisition. Addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Sep 2009) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer (Oct 2003) and 52.232-36, Payment by Third Party (May 1999). FAR Clauses 52.222-50, Combating Trafficking in Persons (Feb 2009), 52.233-3, Protest After Award (Aug 1996) and 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) also apply to this acquisition. DFARS provision 252.225-7035, Buy American Act Free Trade Agreements Balance of Payments Certificate is applicable to this acquisition. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009) applies to this acquisition, and specifically, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009);; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (Jul 2009); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and 252.247-7023, Transportation of Supplies by Sea (May 2002) Alt III (May 2002). DFARS clauses 252.211-7003, Item Identification Valuation (Aug 2008); 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) and 252.232-7010, Levies on Contract Payments (Dec 2006); are added by addendum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R09T1110/listing.html)
 
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
SN01966623-W 20090925/090924000039-ef151add6df68d46db8d9a15f3cf5c62 (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.