Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2014 FBO #4785
SOLICITATION NOTICE

66 -- Chassis parts

Notice Date
12/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W25G1Q430301RC
 
Response Due
1/12/2015
 
Archive Date
2/27/2015
 
Point of Contact
Laura Buehler, 7172679617
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(laura.j.buehler.civ@mail.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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W25G1Q430301RC and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-46. The North American Industry Classification System (NAICS) code is 334515- Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The SB size standard for this code is 500 employees. 0001. Module, plug-in, test console, calibration and nist traceable certificate. Keysight P/N E1412A. 1 each 0002. Synthesizer, waveform, plug-in, test console, calibration and nist traceable certificate. Eads North America P/N 408151-0001. 1 each 0003. Generator, pulse, plug-in, calibration and nist traceable certificate. Keysight P/N E8305A-H11. 2 each 0004. Counter/timer, plug-in, test console, calibration and nist traceable certificate. Eads North America P/N R-2461-CD. 1 each All equipment must be new. This requirement is for brand name only. All items shall be delivered to Letterkenny Army Depot, Chambersburg, PA 17201. The full text of a FAR provision or clause may be access electronically at www.farsite.af.mil. The following provisions will be included in the agreement: Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (APR 2014) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management (JUL 2013); FAR 52.204-16 --Commercial and Government Entity Code Reporting (NOV 2014) FAR 52.204-17 Ownership or Control of Offeror. (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance. (NOV 2014) FAR 52.212-3 ALT 1 Offerors Representations and Certifications-Commercial Items (OCT 2014) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2014) (Deviation) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contract and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984); FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Veterans (JUL 2014) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American-Supplies (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-34 F.o.b Destination (NOV 1991) FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998) FAR 52.252-2 Clauses incorporated by reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7004 Alternate A System for Award Management (FEB 2014) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (APR 2014) Point of Contact: Contract Specialist: Laura Buehler, Phone: (717)267-9617, FAX: (717)267-9834, e-mail Laura.J.Buehler.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) All Amendments, if applicable, must be acknowledged; 3) Questions concerning this notice should be submitted to the Point of Contact as indicated in this announcement. 4) Facsimile and email offers will be accepted 5) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. 6) Quotes must be valid for a period of 30 days after closing date. 7) Offers are due by 12 Jan 15, 10:00 a.m. Eastern Time. Submit offers via fax to 717-267-9834, Attention Laura Buehler or email to Laura.J.Buehler.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb6bbb4aac36e6e5e4261c0647c722f2)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN03605561-W 20141231/141229234125-cb6bbb4aac36e6e5e4261c0647c722f2 (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.