SOLICITATION NOTICE
59 -- Digitizers and Pedestals
- Notice Date
- 9/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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
- W9124R09T1127
- Response Due
- 9/30/2009
- Archive Date
- 11/29/2009
- Point of Contact
- Tejae Craig, 928-328-6903
- E-Mail Address
-
ACA, Yuma Proving Ground - DABK41
(tejae.craig@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation 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 Federal Acquisition 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 as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 335999 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCRSearch/Search.aspx. Quotes are being solicited on a Brand Name or Equal basis. The manufacturers of the Brand Name or Equal items being solicited are Atlantic Marketing, Inc., 10540 York Road, STE K, Hunt Valley, MD, 21030 and GTCO CalComp 7125 Riverwood, Drive STE B, Columbia, MD, 21046. 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 quotation shall consist of two Contract Line Item Number (CLIN) 0001, Quantity: 10, Unit of Issue: Each, Description: Super L-VI Hardboard Digitizer. (CLIN) 0002, Quantity: 10, Unit of Issue: Each, Description: Dakota Pedestal XJ-1000A. THE MINIMUM SALIENT CHARACTERISTICS ARE AVAILABLE ON THE U.S. ARMY CONTRACTING AGENCY YUMA WEBSITE at http://www.yuma.army.mil/contracting/. Award will be made to the technically acceptable, low priced offeror(s). Items shall be delivered by 30 November 2009 at the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W9124R-09-T-1127 and emailed to the point of contact (POC) listed below or sent by facsimile to 928-328-6534 no later than 30 September 2009 at 12:00 p.m. Mountain Standard Time (MST). 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; (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 29 September 2009 at 11:00 a.m. Mountain Standard Time (MST). All questions will be answered via amendment to this RFQ no later than close of business 29 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). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), you are only required to submit a signed copy of section (b) of FAR Clause 52.212-3. 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 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003), 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), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officals (Jan 2009), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). 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) 328-6534 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R09T1127/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
- Zip Code: 85365-9106
- Record
- SN01973391-W 20090930/090929000637-79235656bbcd1452c7f74dbfbfab8203 (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 |