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

58 -- Network Items

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus 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
W9124R-09-T-1113
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
Samuel Colton, 928-328-6354
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(samuel.colton@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, and 13.5 TEST PROGRAM 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 FederalAcquisition Circular (FAC) 2005-36, Effective 10 Sep 2009 and class deviation 12009-O0011 and Defense Federal Regulation Supplement (DFARs), current to DCN 20090825 (Amended) Edition. The awarded contract will be Firm-Fixed-Price. It is anticipated that payment will be made by Government VISA Credit Card. Offerors shall account for any costs associated with accepting credit card payment. This action is solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 334210 with a size standard of 1,000 employees. All prospective offerors must be in possession of, or obtain a Data Universal Numbering System (DUNS) number, a Commercial and Government Entity (CAGE) Code, be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov/Default. aspx, and the Online Representations and Certifications Application database at http://orca.bpn.gov. Call 1-888-227-2423 for more information or visit the CCR website listed above. In order to manually complete the Representation and Certification for the referenced provisions you must go to the Air Force website at http://farsite.hill.af.mil/Vffar1.htm; an alternate website is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the ORCA website. Quotes are being solicited on a Brand Name or Equal basis. The manufacturer of the Brand Name or Equal items being solicited is Hatteras Networks, Inc., P.O. Box 110025 Research Triangle Park, NC 27709-0025. 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). This solicitation consists of eleven (11) Contract Line Item Numbers (CLINs). Offerors proposing on this requirement shall complete the Unit Price, Total Price, and Brand Name or Equal columns for the CLINS and quantities provided on the Equipment List. THE EQUIPMENT LIST AND MINIMUM SALIENT CHARACTERISTICS ARE AVAILABLE ON THE U.S. ARMY CONTRACTING AGENCY YUMA WEBSITE at http://www.yuma.army.mil/contracting/ under solicitation number W9124R-09-T-1113. Award will be made to the lowest priced, technically acceptable, responsible and responsive offeror. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W9124R-09-T-1113 and emailed to the point of contact (POC) listed below or sent by facsimile to 928-328-6849 no later than close of business 25 September 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 Representations and Certifications 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) Proposed delivery schedule; (6) Proposed prices (both unit prices and total prices) to include any applicable freight. Arizona vendors are to include the Arizona Transaction Privilege Tax. Pricing shall be completed on the Wiring Equipment List spreadsheet provided at the website indicated above; and (7) A statement indicating that Government VISA credit card will be accepted as the method of payment. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than close of business 23 September 2009. All questions will be answered via amendment to this RFQ on 24 September 2009. Offerors that fail to furnish required representations or technical information as required by FAR provisions 52.212-1 and 52.211-6 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 provisions 52.211-6, Brand Name or Equal (Aug 1999) and 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) applies to this acquisition. FAR 52.247-34 FOB Destination (Nov 1991) is added by addendum. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of 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 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006),if recovery money add 203-15 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.219-28, Post-Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (June 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), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.223-9 Estimated of Percentage of Recovered Material Content for EPA Designated Items, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFARS provision 252.225-7000, Buy American Act-Balance of Payments Certificate (Jan 2009) is applicable to this acquisition. DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009), specifically 52.203-3 Gratuities (Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 52.243-7002 Request for Equitable Adjustment (Mar 1998) DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS clauses, 252.211-7003, Item Identification and Valuation (Aug 2008) and 252.232-7010 Levies on Contract Payments (Dec 2006) are added by addendum. If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile (928) 328-6849 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1113/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
SN01967854-W 20090925/090924001658-2aca4e6f36d7cb7b3cabccf4fc20943d (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.