Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
MODIFICATION

66 -- Procurement of Linear Positioning System.

Notice Date
3/6/2019
 
Notice Type
Modification
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
5301 Martin Rd Sparkman Ctr Redstone Arsenal AL 35898-0001
 
ZIP Code
35898-0001
 
Solicitation Number
W31P4Q19Q0028
 
Response Due
3/18/2019
 
Point of Contact
Toussaint G. Henry, Contract Specialist, - Adrian L.Epps, Contracting Officer
 
E-Mail Address
toussaint.g.henry.civ@mail.mil, adrian.l.epps@us.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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-19-Q-0028 is issued as a request for quotation (RFQ). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2005-80. The requirement is for a small business. The associated NAICS code is 334517. The small business size standard is 1000 employees. DESCRIPTION OF THE Requirement IS AS FOLLOWS: Solicitation is issued as a request for a Firm Fixed Price quote for the procurement for (2) Linear Positioning Systems Manufactured by Hopewell Designs, Inc. Redstone Arsenal, intends to issue a firm fixed price contract using full and open competition. The government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. All Interested vendors may submit a quote which will be evaluated by the government. INSCPECTION/ACCEPTANCE/SHIPPING INFORMATION: FOB: Destination. Inspection & Acceptance DODACC: W80RA6 SHIPPING ADDRESS IS A FOLLOWS: W80RA6 U.S. Army TMDE Activity-Redstone Attention: Matthew Rhodes Building 5435 Fowler Rd Redstone Arsenal, AL 35898 PEROID OF PERFORMANCE: No specific delivery information available from requiring organization. Will be determined by RFQ/RFP process as a best value factor. CLIN STUCTURE IS AS FOLLOWWS: CLIN Description of Requirement QTY U/I Unit Price Total Price 0001 Linear positioning System Model T20-3-A 2 EA *In accordance with Government Specs 0002 Travel: Planning Trip (One day) 1 EA 0003 Travel: Install, training, and Removal 2 (4-day training) 0004 Shipping 1 EA 0005 Contractor Manpower 1 Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than 18 March 2019. EVALUATION CRITERIA: 1.) The contractor's proposal must be determined to be acceptable in terms of price reasonableness. 2.) Successful contractor must provide equipment in accordance with Government Minimum Specifications provided in attachment 05. 3.) Successful contractor must perform in accordance with attachment 01, Performance Work Statement (PWS). 4.) Successful contractor must provide original equipment manufacturer's equipment (Hopewell Designs, Inc.). 5.) Delivery will be determined by RFQ/RFP process as a best value factor. Quotes shall be submitted by email only to Toussaint.g.henry.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Toussaint Henry, email Toussaint.g.henry.civ@mail.mil or Adrian Epps, email Adrian.l.epps.civ@mail.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/24c236b95d93e5fb3d00ce23d042c322)
 
Record
SN05241995-F 20190308/190306230049 (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.