Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOLICITATION NOTICE

70 -- Joint Range Extender (JRE) Processor

Notice Date
6/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U10T0008
 
Response Due
6/23/2010
 
Archive Date
8/22/2010
 
Point of Contact
Johanna Goodman, 254-288-9567
 
E-Mail Address
US Army ATEC Contracting Activity
(johanna.goodman@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation number W9115U-10-T-0008 is issued as a RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, effective April 13, 2010. In accordance with FAR Part 19.502.2(b) this acquisition shall be solicited on an unrestricted basis. The associated North American Industrial Classification System (NAICS) code is 541512 with a size standard of 25 Million. The following is a list of contract line item number(s) and quantities that meet the needs of the government: CLIN0001, JRE 3G Chassis assembly, (One); CLIN0002, JRE, Help Desk Support, (One Year); CLIN0003, JRE Simulator Plug-In Module, (One); CLIN0004, Tech Rep Support, (One Year); CLIN0005, JRE Hard Drive Server, (Two); CLIN0006, JRE Hard Drive Client, (Two); CLIN0007, GPS ETR Module Kit (One); and CLIN0008, Cable, SADL Data (IP) RT-1720, (One). The ATEC Mission Support Contract Activity (ATEC AMSCA) anticipates Brand Name procurement for this acquisition. In accordance with FAR Part 6.302-1(c ), a determination has been made that the L3 Communications Joint Range Extension (JRE) Gateway Processor, as identified in CLIN 0001 thru 0008 is the only equipment that meet the Governments need. Delivery is required 90 days from date of the award. Delivery shall be made to Building 1660 JEB Stuart Road, Fort Bliss, TX 79916-6812. The contractor must be registered in Central Contractor Registration (CCR) database in order receive an award. The CCR website address is http://www.ccr.gov. The following Federal Acquisition Regulation (FAR) its supplements DFAR provisions and clauses are applicable to this procurement: IAW 52.252-1 Solicitation Provisions Incorporated by Reference and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at http://orca.bpn.gov/. 52.204-7, Central Contractor Registration APRIL 2008. All contractors must be registered with the Central Contractor Registration, located at http://www.ccr.gov. 52.203-6 Restrictions on Subcontractor Sales to the Government SEP 2006 52.212-1, Instructions to Offerors - Commercial Items JUN 2008 52.212-4, Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: - 52.222-50, Combating Trafficking in Persons AUG 2007 - 52.233-3, Protest After Award AUG 1996 - 52.233-4, Applicable Law for Breach of Contract Claim OCT 2004 (Also included by reference within 52.212-5 are the following): - 52.222-3, Convict Labor JUN 2003 - 52.222-19, Child Labor Cooperation with Authorities and Remedies FEB 2008 - 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 (38 U.S.C. 4212). - 52.222-36, Affirmative Action for Workers with Disabilities JUN 1998 (29 U.S.C. 793). - 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 (38 U.S.C. 4212). 52.223-5, Pollution Prevention 52.223-7006, Hazardous Material Storage and Disposal 52.225-13, Restrictions on Certain Foreign Purchases JUN 2008 52.232-18, Availability of Funds APR 1984 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.243-1, Changes Fixed-Price AUG 1987 252.203-7002, Whistleblower Rights 252.204-7004, Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-700, Item Identification and Valuation AUG 2008 252.212-7000, Offeror Representations and Certifications Commercial Items JUN 2005 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000, Buy American Act Balance of Payments Program Certificate JUN 2005 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments DEC 2006 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation of Supplies by Sea MAY 2002 All quotations shall be marked with #W9115U-10-T-0008. Award shall be made to the responsible offeror whose RFQ is determined to be lowest price. The Government is not responsible for locating or securing any information, which is not identified in the RFQ. A quote is FOB, destination which shall include all fees, including shipping or freight costs. An estimated delivery schedule is also requested in the comments portion of the buy. Failure to comply with the above instructions or terms may result in the quote being determined as non-responsive. Offers are due by 4:30 AP CDT on June 23, 2010. Quotes must be submitted via email to amsca.atec@us.army.mil. Any questions or comments regarding this solicitation must be submitted in writing amsca.atec@us.army.mil marked with #W9115U-10-T-0008. Only questions in writing will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U10T0008/listing.html)
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
 
Record
SN02170879-W 20100610/100608234642-18ef7ba1b29e6278a16ba4fd0b023b33 (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.