Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

66 -- Load Cells

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-14-T-0139
 
Response Due
7/2/2014
 
Archive Date
8/16/2014
 
Point of Contact
V L Shephard, 256-955-9618
 
E-Mail Address
ACC-RSA - (Missile)
(v.shephard@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. Solicitation number W31P4Q-14-T-0139 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2001-07. The requirement is not a set-aside. The associated NAICS code is 334513. The small business size standard is 500 employees. Contract line item numbers (CLIN's) with items, part number, quantities, and units of measure delivery, are as follows: CLIN 0001 Load Cell, 200Lb Column, O-Ring Sealed with 3/8 - 24 female threads, 10' Integral Cable, Stainless Steelcover, Tension Upscale, 1 mV/V, Tovey Part No. 2029S-200-F215, 1 EA CLIN 0002 Load Cell, 500Lb Column, O-Ring Sealed with 3/8 - 24 female threads, 10' Integral Cable, Stainless Steelcover, Tension Upscale, 1 mV/V, Tovey Part No. 2029S-500-F215, 1 EA CLIN 0003 Load Cell, 1K Column, O-Ring Sealed with 3/8 - 24 female threads, 10' Integral Cable, Stainless Steelcover, Tension Upscale, 1 mV/V, Tovey Part No. 2029S-1K-F215, 1 EA CLIN 0004 Load Cell, 2.5 Klbf Column, O-Ring Sealed with 5/8 - 18 female threads, 10' Integral Cable, Stainless Steelcover, Tension Upscale, 1 mV/V, Tovey Part No. 2029S-2.5K-F215, 1 EA CLIN 0005 Load Cell, 5Klb Column, O-Ring Sealed with 5/8 female threads, 10' Integral Cable, Stainless Steel cover, 1 mV/V, Tovey Part No. 2029S-5K-F215, 1 EA CLIN 0006 Load Button, 3/8 -24 (2106-0003), Tovey Part No. LB-097, 3 EA CLIN 0007 Load Button, 5/8 -18 (2106-0003), Tovey Part No. LB-101, 2 EA CLIN 0008 Connector, MS3106F16S-1P (MS 50157-PIN), Tovey Part No. 200210, 5 EA CLIN 0009 Installation (at factory) of HBM Mating Connector on 2029 Load Cells (CLINs 0001 - 0003 above), 5 EA CLIN 0010 System Force Calibration, Tension and Compression: Factory setup and calibration of Government-provided HBM instrument for Load Cells (CLINs 0001 - 0005), 5 EA CLIN 0011 Shipping, 1 EA Description of the requirement is as follows: Solicitation Number W31P4Q-13-T-0139 is issued as a request for a Firm Fixed Price quote. The US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract to Tovey Engineering, Incorporated, 22602 North 17th Avenue, Phoenix, AZ 85027. The statutory authority permitting other than full and open competition for this requirement is 10 USC 2304 (c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2) entitled - quote mark Only one responsible source and no other supplies or services will satisfy agency requirements quote mark. quote mark Shipped To quote mark as follows: U.S. Army TMDE Support Center - Corpus Christi 308 Crecy Street, Stop 34 (TMDE) Corpus Christi Army Depot, TX 78419-5260 Inspection and Acceptance shall be at W80RA6. FOB is at Destination. Delivery shall be eight (8) weeks after receipt of order with earlier delivery being acceptable at no additional cost to the Government. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. There shall be a standard commercial warranty. Special instructions as follows: Standard commercial packaging and shipping. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, is applicable, and the specific evaluation criteria to be included are technical capability of the item offered to meet the Government requirement, price, and past performance. Lowest price technical acceptance is the sole evaluation factor. Non-cost factors are of equal importance to price. Offerors with your offer, include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports -- Payment method shall be through Wide Area Work Flow. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and additional FAR clauses may be cited as needed. 52.246-2 -- Inspection of Supplies -- Fixed-Price. (a) Definition. quote mark Supplies, quote mark as used in this clause, includes but is not limited to raw materials, components, intermediate assemblies, end products, and lots of supplies. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering supplies under this contract and shall tender to the Government for acceptance only supplies that have been inspected in accordance with the inspection system and have been found by the Contractor to be in conformity with contract requirements. As part of the system, the Contractor shall prepare records evidencing all inspections made under the system and the outcome. These records shall be kept complete and made available to the Government during contract performance and for as long afterwards as the contract requires. The Government may perform reviews and evaluations as reasonably necessary to ascertain compliance with this paragraph. These reviews and evaluations shall be conducted in a manner that will not unduly delay the contract work. The right of review, whether exercised or not, does not relieve the Contractor of the obligations under the contract. (c) The Government has the right to inspect and test all supplies called for by the contract, to the extent practicable, at all places and times, including the period of manufacture, and in any event before acceptance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. The Government assumes no contractual obligation to perform any inspection and test for the benefit of the Contractor unless specifically set forth elsewhere in this contract. (d) If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. Except as otherwise provided in the contract, the Government shall bear the expense of Government inspections or tests made at other than the Contractor's or subcontractor's premises; provided, that in case of rejection, the Government shall not be liable for any reduction in the value of inspection or test samples. (e)(1) When supplies are not ready at the time specified by the Contractor for inspection or test, the Contracting Officer may charge to the Contractor the additional cost of inspection or test. (2) The Contracting Officer may also charge the Contractor for any additional cost of inspection or test when prior rejection makes re-inspection or retest necessary. (f) The Government has the right either to reject or to require correction of nonconforming supplies. Supplies are nonconforming when they are defective in material or workmanship or are otherwise not in conformity with contract requirements. The Government may reject nonconforming supplies with or without disposition instructions. (g) The Contractor shall remove supplies rejected or required to be corrected. However, the Contracting Officer may require or permit correction in place, promptly after notice, by and at the expense of the Contractor. The Contractor shall not tender for acceptance corrected or rejected supplies without disclosing the former rejection or requirement for correction, and, when required, shall disclose the corrective action taken. (h) If the Contractor fails to promptly remove, replace, or correct rejected supplies that are required to be removed or to be replaced or corrected, the Government may either (1) By contract or otherwise, remove, replace, or correct the supplies and charge the cost to the Contractor or (2) Terminate the contract for default. Unless the Contractor corrects or replaces the supplies within the delivery schedule, the Contracting Officer may require their delivery and make an equitable price reduction. Failure to agree to a price reduction shall be a dispute. (i) (1) If this contract provides for the performance of Government quality assurance at source, and if requested by the Government, the Contractor shall furnish advance notification of the time -- (i) When Contractor inspection or tests will be performed in accordance with the terms and conditions of the contract; and (ii) When the supplies will be ready for Government inspection. (2) The Government's request shall specify the period and method of the advance notification and the Government representative to whom it shall be furnished. Requests shall not require more than 2 workdays of advance notification if the Government representative is in residence in the Contractor's plant, nor more than 7 workdays in other instances. (j) The Government shall accept or reject supplies as promptly as practicable after delivery, unless otherwise provided in the contract. Government failure to inspect and accept or reject the supplies shall not relieve the Contractor from responsibility, nor impose liability on the Government, for nonconforming supplies. (k) Inspections and tests by the Government do not relieve the Contractor of responsibility for defects or other failures to meet contract requirements discovered before acceptance. Acceptance shall be conclusive, except for latent defects, fraud, gross mistakes amounting to fraud, or as otherwise provided in the contract. (l) If acceptance is not conclusive for any of the reasons in paragraph (k) hereof, the Government, in addition to any other rights and remedies provided by law, or under other provisions of this contract, shall have the right to require the Contractor (1) at no increase in contract price, to correct or replace the defective or nonconforming supplies at the original point of delivery or at the Contractor's plant at the Contracting Officer's election, and in accordance with a reasonable delivery schedule as may be agreed upon between the Contractor and the Contracting Officer; provided, that the Contracting Officer may require a reduction in contract price if the Contractor fails to meet such delivery schedule, or (2) within a reasonable time after receipt by the Contractor of notice of defects or nonconformance, to repay such portion of the contract as is equitable under the circumstances if the Contracting Officer elects not to require correction or replacement. When supplies are returned to the Contractor, the Contractor shall bear the transportation cost from the original point of delivery to the Contractor's plant and return to the original point when that point is not the Contractor's plant. If the Contractor fails to perform or act as required in (1) or (2) above and does not cure such failure within a period of 10 days (or such longer period as the Contracting Officer may authorize in writing) after receipt of notice from the Contracting Officer specifying such failure, the Government shall have the right by contract or otherwise to replace or correct such supplies and charge to the Contractor the cost occasioned the Government thereby. (End of Clause) All quotes are due no later than 8:00a.m. (CST), 02 Jul 2014, to the Army Contracting Command, Redstone Arsenal, Building 5250, Room A300, Redstone Arsenal, AL 35898-5280. All responsible sources may submit an offer which shall be considered by the agency. Electronic quotes are preferred and may be submitted to: v.l.shephard.civ@mail.mil or via facsimile at 256 313-4322 (marked to the attention of V. Shephard). Quotes may also be mailed to: Army Contracting Command-RSA(Missile), ATTN: V Shephard, CCAM-SM-T, Building 5250, Martin Road, Redstone Arsenal, Alabama 35898-5280. Quotes/offers received after the specified due date and time shall not be considered for award. Oral communications are not acceptable in response to this notice. The Point of Contract for this solicitation is V Shephard, phone: (256) 955-9618, or email: v.l.shephard.civ@mail.mil. Additional Info: Additional documentation Contracting Office Address: ACC-RSA - (Missile), ATTN: CCAM, Building 5250, Room A300, Martin Road, Redstone Arsenal, AL 35898-5280
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/793028954c608b2c1c2209d89880b475)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-SM-T, Building 5250, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03398175-W 20140619/140618000019-793028954c608b2c1c2209d89880b475 (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.