SOLICITATION NOTICE
58 -- Sole Brand - Telect
- Notice Date
- 1/20/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-04-T-0010
- Response Due
- 1/29/2004
- Archive Date
- 3/29/2004
- Point of Contact
- Laura St. John, 928-328-6124
- E-Mail Address
-
Email your questions to ACA, Yuma Proving Ground - DABK41
(laura.stjohn@yuma.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. Quotes are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures (SAP) as a sole brand requirement. This solicitation is for the purchase of Telect brand equipment. It is imperat ive that this equipment be procured as stated (no substitutions) as it will be integrated into the Range Digital Transmission System (RDTS) at United States Army Yuma Proving Ground (USAYPG). The RDTS project uses Telect equipment and the material being p urchased must be completely compatible in form, fit, and function with the Telect equipment already in place. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-18 (12 Jan 2004) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040113. It is anticipated that payment will be made by Government VISA Credit Card. This is an unrestricted acquisition. The North American Industry Clas sification System (NAICS) is 334290 with a size standard of 750 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . The quote shall consist of Contract Line Item (CLIN) 0001, quantity of two (2) each, Network Frame Relay Rack 23 inches X 7 foot, part number 107936-1, manufacturer Telect, 2111 North Molter Road, Liberty Lake WA 99019; CLIN 0002, quantity of two (2) ea, Linxs, NW Frame Grounding Kit, part number 071-6000-0028, manufacturer Telect; CLIN 0003, quantity of two (2) ea, Kit Anchor Zone 4 for 7 foot RR floor, part number 071-6000-0026, manufacturer Telect; CLIN 0004, quantity of two (2) ea, Splice Vault Cabinet , 288, Wl Mnt, Grey, with Work Surface, part number 055-4310-0000, manufacturer Telect; CLIN 0005, quantity of twenty four (24) ea, FLT-24 Univ Splice Tray Vault, 055-0000-0605, manufacturer Telect; CLIN 0006, quantity of nine (9) ea, Fiber Optic SM 72 Fbr PVC, 30 Mtr, part number F172S-SPG-M030-ST, manufacturer Telect; CLIN 0007, quantity of twelve (12) ea, 72 Port Patch Enclosure, unloaded, part number 055-2420-0000, manufacturer Telect; CLIN 0008, quantity of one hundred fourty four (144) ea, 6 Pack Ada pters w/SC, Patch Plate F/Datalinxs, SCADPT, SM, 6 port, part number 055-0000-6010, manufacturer Telect; CLIN 0009, quantity of fourteen (14) ea, 72 Port Patch Panel, unloaded, part number 055-2420-0000, manufacturer Telect; CLIN 0010, quantity of one hund red sixty eight (168) each, 6 Pack Adapters w/SC, Patch Plate F/Datalinxs, SCADPT, SM, 6 port, part number 055-0000-6010, manufacturer Telect; All quotes shall be clearly marked with the Solicitation number W9124R-04-T-0010 and e-mailed to Laura.StJohn@ yuma.army.mil no later than 4:00 Mountain Standard Time (MST), 29 January 2004. Offers that fail to furnish required representations or information as required by 52.212-1 cited below, or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible bidder whose bid conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price. The following FAR Clauses and Pro visions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Jan 2004). Note: THE FOLLOWING OFFEROR REPRESENTATIONS AND CERTIFICATIONS MUST BE COMPLETED AND SUBMITTED WITH YOUR QUOT E: FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items (Jan 2004) and DFARS 252.212-7000 Offerors Representations and Certificat ions - Commercial Items (Nov 1995). In order to complete the above Offeror Representation and Certifications you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM , locate the referenced clause, copy and paste it to a Word documen t, and complete the required information. These Representations and Certifications are also available on our web site at http://143.84.169.6/contracting/rfq.html. The following FAR Provision is incorporated by reference and applies to this acquisition: F AR provision 52.212-1 Instruction to Offerors Commercial Items (Jan 2004). The following clauses and provisions also apply to this solicitation, and must be reviewed, although you are not required to fill in any information or return copies: FAR clause 5 2.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition, and specifically addendum 52.247-34, F.o.b. Destination (Nov 1991). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Commercial Items (Jan 2004) applies to this acquisition and specifically, 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002 ); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Vet erans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registrati on (May 1999); 52.232-36, Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004) applies to this Acqui sition, and specifically 252.225-7001, Buy American Act Trade Agreements Balance of Payments Program (APR 2003) (41 U.S.C. 10a to 10d, 19 U.S.C. 2501-2518, and 19 U.S.C. 3301 note). After reviewing the solicitation, if you plan on participating in this ac quisition you are required to provide your name, address, phone number and e-mail address via e-mail or facsimile (928) 328-6849 to the address provided herein for notification of amendments. SEE NOTE 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00506801-W 20040122/040120212130 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |