COMMERCE BUSINESS DAILY ISSUE OF JULY 13,2000 PSA#2641 U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ
07703-5008 59 -- SNOW SHIELD SOL DAAB07-00-R-A550 DUE 072500 POC Leona Potter,
Contract Specialist, (732) 532-5548; Theodore Kordower, Contracting
Officer, (732) 427-6095. WEB: DAAB07-00-R-A550, Snow Shield,
http://abop.monmouth.army.mil. E-MAIL: Click here to e-mail the POC.,
rose.potter@mail1.monmouth.army.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR), subpart 12.6,
as supplemented with additional information included in this notice.
Solicitation requirements and incorporated provisions and clauses are
those in effect through the latest Federal Acquisisiton Circular. The
Standard Industrial Classification is 3669 and the Small Business size
standard is 750 employees. This announcement constitues the only
solicitation; a proposal is being requested and a written solicitation
will not be issued. Solicitation DAAB07-00-R-A550 is issued as a
Request For Proposal (RPF). This is a sole source acquisition with W.
B. Walton Enterprises, Inc., Riverside, CA. It is authorized under 10
U.S.C. 2304 (c)(1) and FAR 6-302-1(b)(1), Only One Responsible Source.
The Government intends to initiate a procurement for two (2) Snow
Shields. The solicitation line item numbers and descriptions are: Clin
0001 -- Two (2) Snow Shield, Model AS3199-SSG. W. B. Walton shall
fabricate and test two Snow Shields, consisting of a cover, heaters,
ducting, a local controller unit, a temperature/humidity sensor
assembly, mounting hardware, a propane storage tank and lightning
protection, in accordance with the Statement of Work (SOW), dated 22
June 2000. The SOW is available electronically via the internet at the
following URL: http://abop.monmouth.army.mil, under solicitation
DAAB07-00-R-A550. Delivery shall be approximately 25 August 2000. Early
delivery is acceptable provided the Snow Shield is placed in storage at
no additional cost to the Government. Shipment is F.O.B. Contractor's
plant. Ship to is W. B. Walton Enterprises, Riverside, CA. Inspection
and Acceptance shall be at the contractor's plant by PM DCATS or his
authorized representative. Packing and Packaging shall be best
commercial practice suitable for CONUS location. Shipment will be by
Government Bill of Lading. The Snow Shiled must be Year 2000 (Y2K)
compliant. The installationof the Snow Shield shall not be included in
the price. Clin 0002 will be an 100% option. The Snow Shield is part
of the AS-3199/TSC Antenna and used with the AN/GSC-49 Satellite
Communications Terminal. Offerors are advised of the applicability of
the following FAR clauses and provisions: 52.212-1, Instructions to
Offerors -- Commercial; 52.212-3, Offeror Representations and
Certifications -- Commercial Items (offerors shall include a completed
copy of this provision with the written proposal); 52.212-4, Contract
Terms and Conditions -- Commerical Items; 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items; 52.246-02, Inspection of Supplies -- Fixed Price;
52.246-16, Responsibility for Supplies; 52.247-34, F.O.B. Destination.
Written quotes are due no later than 2:00 P.M. E.S.T., 25 July 2000.
The point of contact is Leona Potter, telephone number (732)532-5548.
Quotes may be returned by facsimile to (732) 532-6972 or (732) 532-5954
or by mail to the following address: Commander, U.S. Army CECOM
Acquisition Center, ATTN: AMSEL-AC-CA-RT-P(RLP), Fort Monmouth, N.J.
07703-5008. Posted 07/11/00 (W-SN473251). (0193) Loren Data Corp. http://www.ld.com (SYN# 0302 20000713\59-0007.SOL)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on July 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|