Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

66 -- Inspect and Evaluate Radar Wind Profilers Systems.

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Dugway Proving Ground DOC, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-10-T-0032
 
Response Due
7/15/2010
 
Archive Date
9/13/2010
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
Dugway Proving Ground DOC
(paul.frailey@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 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: VAISALA SYSTEM EVALUATION W911S6-10-T-0032 -0001 Qty = System Evaluation shall require field service at Dugway Proving Ground (DPG) to evaluate the current state of DPGs two each 924 MHz radar wind profilers. Quote shall be fully burdened to include travel, lodging, labor, material, etc. Scope of Work: Inspect and evaluate Vaisala LAP-3000 profilers. 1. Inspect and evaluate each of Dugways two Vaisala LAP-3000 924 MHz radar wind profilers. During the inspection, the technician shall evaluate the current state of the profilers, including testing all major components including, but not limited to, transmitter, receiver, antenna, radar control and display software, RASS system, and communications on the Dugway test network. The technician will then make recommendations to repair the system and/or upgrades to bring each system up to current specifications. 2. Document current status and revision levels. 3. Make recommendations on repair and upgrades required to bring systems to current specification. PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES FOB DESTINATION FAR 52.247-34). -0002 Informational CLIN : Personnel Reporting System. Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. DO NOT BID ON THIS CLIN. It is informational only and not seperately priced. Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this service @ 435-831-2587 paul.frailey@us.army.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-10-T-0032. This will show all CLINS, Clauses and Contract details. Surveillance Plan can be found in solicitatin document, downloadable at ASFI and or FED BIZ OPS. Attachments to this synopsis downloaded/viewed at FedBizzOpps. Gov. search under W911S6-10-T-0032. This requirement is competed as a full and open competition requirement. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-10-T-0032. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($7m) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; 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. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Dugway, Ut 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil or call 435-831-2587. Quotes are due no later than 2:00 pm (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday 15 July, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fdc34f17ce6b463428439d253f4caeea)
 
Place of Performance
Address: Dugway Proving Ground DOC Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02194449-W 20100703/100701235530-fdc34f17ce6b463428439d253f4caeea (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.