SOLICITATION NOTICE
66 -- CAMERA BASED PHOTOGRAMMETIC 3D COORDINATE MEASUREMENT SYSTEM FOR TOBYHANNA ARMY DEPOT, TOBYHANNA, PA 18466
- Notice Date
- 9/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-10-R-0046
- Response Due
- 9/14/2010
- Archive Date
- 11/13/2010
- Point of Contact
- Linda R.Dolph, 570-615-7119
- E-Mail Address
-
Tobyhanna Depot Contracting Office (CECOM-CC)
(linda.dolph@us.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 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. NAICS Code is 334519, 500 employees size standard. Request for Proposal (RFP) W25G1V-10-R-0046 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. This action is a 100% Total Small Business Set-Aside. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure a Camera Based Photogrammetric 3D Coordinate Measuring System, to include all equipment, onsite training, onsite start-up support, one year warranty and support, and shipping/delivery. Delivery is FOB Destination, Tobyhanna Army Depot. Tobyhanna, PA 18466. The Camera Based Photogrammetric 3D Coordinate Measuring System, onsite training, onsite start-up support, warranty and support, and delivery will meet the requirements of the Specification/Statement of Work provided at Attachment two (2) to this combined synopsis/solicitation. PROPOSAL SUBMISSION: The pricing shall be filled out as follows: CLIN 0001: $_____ Qty: 1 Each. Camera Based Photogrammetric 3D Coordinate Measuring System, to include all equipment, software, warranty and support services, and delivery per specifications provided at Attachment 2 to this combined synopsis/solicitation. CLIN 0002: $_____ Qty: 1 Lot. Onsite Training at Tobyhanna Army Depot, per specifications provided at Attachment 2 to this combined synopsis/solicitation. CLIN 0003: $_____Qty: 1Lot. Start-up Support at Tobyhanna Army Depot, per specifications provided at Attachment 2 to this combined synopsis/solicitation. CLIN 0004: OPTION YEAR 1 $______ Qty. 1 Lot. Extended Annual Warranty and Support. Per specifications at Attachment 2. To commence upon expiration of the base warranty period. CLIN 0005: OPTION YEAR 2 $______ Qty. 1 Lot. Extended Annual Warranty and Support. Per Specifications at Attachment 2. To commence upon expiration of Option Year 1.. CLIN 0006: OPTION YEAR 3 $______ Extended Annual Warranty and Support. Per Specifications at Attachment 2.To commence upon expiration of Option Year 2. CLIN 0007: OPTION YEAR 4 $______ Extended Annual Warranty and Support. Per Specifications at Attachment 2.To commence upon expiration of Option Year 3. TECHNICAL/PAST PERFORMANCE REQUIREMENTS: TECHNICAL: A technical proposal is required. Offeror shall provide manufacturers technical specifications for the Camera Based Photogrammetric 3D Coordinate Measuring System. The technical proposal must specifically address all specification requirements including onsite training, start-up support, delivery and warranty, and must specifically demonstrate the proposed Camera Based Photogrammetric 3D Coordinate Measuring System meets the specifications in the specification/SOW provided at Attachment 2 to this combined synopsis/solicitation. PAST PERFORMANCE: Offeror shall provide with their offer, Past Performance Information pertaining to three examples of recent, same or similar sales and services as this requirement, to include; customer name, phone number/e-mail, equipment and services supplied, dollar value of contract and required/actual delivery will be required. The examples shall have been performed within the past three years (3 yr). SEE FAR CLAUSE 52.212-2 EVALUATION OF COMMERICAL ITEMS, FOR EVALUATION FACTORS FOR AWARD. Provided in Applicable Clauses at Attachment 1 to this combined synopsis/solicitation. PROPOSAL REQUIREMENTS: Pricing must be provided for all CLINs. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.bpn.gov/., and must be found Responsible in accordance with FAR Part 9. Parties interested in responding to this RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. completed, and pricing must be included for all CLINs. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters. FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical proposal documentation); must be submitted with your offer in order for your offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance requirements). Completed SF1449 and other information must be either faxed 570-615-7525, or a signed, scanned SF 1449 and other information can be sent electronically as a.pdf file to; linda.dolph@us.army.mil, or provided hard copy by the date specified for receipt of offers which is 3:00PM local September 14, 2010. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 3:00 PM local September 14, 2010. APPLICABLE FAR, DFARS AND LOCAL CLAUSES: See Attachment one (1) to this combined synopsis/solicitation, for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES Applicable to this combined synopsis/solicitation and any resultant award. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956 Wide Area Workflow System, which will be included in any resultant contract. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are required to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. ANY QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, linda.dolph@us.army.mil. THE QUESTIONS AND ANSWERS WILL BE PUBLISHED IN AN AMENDMENT TO THIS SOLICITATION. ALL ATTACHMENTS TO THIS SOLICITATION ARE LISTED BELOW UNDER ADDITIONAL DOCUMENTATION. CLICK ON ADDITIONAL DOCUMENTS THEN CLICK ON THE ATTACHMENTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8097466e2708ad92f94774548381d9ea)
- Place of Performance
- Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN02272983-W 20100910/100908235710-8097466e2708ad92f94774548381d9ea (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 |