Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

59 -- Covert/Overt Landing Light System

Notice Date
5/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
RDECOM Natick (R&D), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-04-T-0050
 
Response Due
5/28/2004
 
Archive Date
7/27/2004
 
Point of Contact
stephen abate, 508-233-4018
 
E-Mail Address
Email your questions to RDECOM Natick (R&D)
(stephen.abate@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a full and open competition combined synopsis/solicitation W911QY-04-T-0050 for commercially available Covert/Overt Landing Light System. This combined synopsis/solicitation is prepared in accordance with the format in FAR subpart 12.6 and su pplemented with additional information included in this notice. This announcement will constitute the only solicitation. The applicable NAICS Code for this acquisition is 334511 with a size standard of 500 employees. A request for a hard copy of the Req uest for Proposals will not be honored. Vendors are required to submit a hard copy proposal (to include product literature and independent test data) and product samples (at no cost to the Government) as described herein. The government wishes to purchase Covert/Overt Landing Light Systems. The system should utilize a universal landing light The Covert/Overt Landing Light System shall be clearly labeled in accordance with commercial practices for use, care, warnings, and storage and any additional informa tion required by law. The label shall also be able to accommodate required government information such as Contractor??????s name, contract number, size and National Stock Number (NSN). The U.S. Army RDECOM Acquisition Center, Natick Contracting Division, Natick, MA intends to award up a purchase order for one landing light system (within available funding constraints) for technical and user evaluation Items will be technically tested and user evaluated for the following criteria: 1. Technical Area Evaluation: Will consist of environmental protection, flexibility, and dexterity/tactility in restricted light conditions. 2. User Evaluation Area ?????? Will consist of human factors to inclu de (but not limited to) the following criteria: User operability in restricted light conditions. The Technical area is greater in importance than the User Evaluation area, which is more important than the Price area, which is slightly more important than the Past Performance area. All evaluation areas other than Price, when combined, are significantly more important than Price. The required delivery of the Landing Light System (CLIN 0001) is 12 weeks from date of contract award. Offeror??????s may propos e a different delivery schedule in their proposals that may provide earlier delivery, but may not propose a later delivery date than the Government??????s required delivery time. The delivery address for CLIN 0001 is U.S. Army Soldier Biological & Chemical Command, Natick, MA 01760. Proof of delivery of each shipment shall be furnished to the Contract Specialist, Stephen Abate, in order to expedite payment to the contractor. All items shall be preserved, packaged and shipped FOB Destination in accordance with best commercial practices to the above location. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: Federal Acquisition Regulation (FAR) clause 52.212-2 ??????Evaluation ?????? Commercial Items?????? applies to this solicitation, addenda are as follows: Proposals and product samples submitted in response to this combined synopsis/solicitation shall be ev aluated using the following evaluation criteria, in descending order of importance, will be used to evaluate Offerors proposals and product samples: Technical, User Assessment, Price and Past Performance. The Technical area is greater in importance than User Assessment, which is more important than Price, which is slightly more important than Past Performance. All evaluation factors other than Price, when combined are significantly more important than Price. Federal Acquisition Regulation (FAR) clause 52 .212-1 ??????Instructions to Offerors ?????? Commercial Items?????? applies to this solicitation, addenda are as follows: The Technical area will be evaluated for: the proposed items?????? capability to meet the solicitation requirements (see first paragra ph of this combined synopsis/ solicitation) as dem onstrated by the written proposal. Price will be evaluated for price realism, fairness, and reasonableness. Past Performance: Vendor??????s recent relevant experience in providing these or similar items will be evaluated for performance risk. Vendors sha ll submit a written technical proposal not exceeding (15) pages, which describes how their item(s) meet the requirements stated herein. Other FAR clauses that apply to this solicitation are: 52.203-3 ??????Gratuities??????; 52.203-6 ALT 1 ??????Restrictions on Subcontractor Sales to the Government??????; 52.212-5 (DEV) ??????Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items??????; 52.217-5 Evaluation of Options; 52.217-7 ??????Option for Increased Quantity ?????? Separately Priced Line Item??????; 52.217-9 Option to Extend the Term of the Contract; 52.222-19 ??????Child Labor ?????? Co operation with Authorities and Remedies??????; 52.222-21 ??????Prohibition of Segregated Facilities??????; 52.222-26 ??????Equal Opportunity??????; 52.222-35 ??????Equal Opportunity for Disabled Veterans??????; 52.222-36 ??????Affirmative Action??????; 52. 222-37 ??????Employment Reports on Disabled Veterans and Veterans of the Vietnam Era??????; 52.225-13 ??????Restriction on Certain Foreign Purchases??????; 52.232-33 ??????Payment by Electronic Funds Transfer ?????? Central Contractor Registration??????; 5 2.233-3 ??????Protest After Award??????; 52.247-34 ??????FOB Destination??????; 52.252-2 ??????Clauses Incorporated by Reference??????; 52.252-6 ??????Authorized Deviations in Clauses.?????? Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.204-7004 ??????Required Central Contractor Registration??????; 252.212-7001 ??????Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 ??????Buy American Act and Balance of Payments Program??????; 252.225-7012 ??????Preference for Certain Domestic Commodities.?????? All clauses applicable to this solicitation may be accessed electronically at the following addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ?????? Commercial Items, with the offer. Also include DFARS provision 252.212-7000, Offeror Representations and Certifications ? ????? Commercial Items. In order to be eligible for award, contractors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov Questions concerning this solicitation shall be submitted in writing to Stephen Abate at Stephen.Abate@natick.army.mil no later than 1530 EDT on May 20, 2004. Proposals shall be submitted to: U.S. Army RDECOM Acquisition Center, Natick Contracting Divisi on, Attn: Stephen Abate, 1 Kansas St, Natick, MA 01760-5011 no later than 1530 EDT on May 28, 2004.
 
Place of Performance
Address: RDECOM Natick (R&D) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00588440-W 20040521/040519212249 (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 |
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.