Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

42 -- ARTEM Smoke Generator or equivalent.

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K21-4218-0001
 
Response Due
9/1/2004
 
Archive Date
10/31/2004
 
Point of Contact
Linda Duvall, 801-523-4091
 
E-Mail Address
Email your questions to USPFO for Utah
(linda.duvall@ut.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Smoke Generator SOLICITATION NUMBER: W67K21-4218-0001 QUOTE DUE DATE: 040901 POC: Linda C. Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 332995, size standard is 500 Employees. SPECIFICATIONS: 1 ) Four (4), ARTEM Smoke Generator or equivalent. Minimum Specs: Self-contained, lightweight, portable, compact, robust, hand-held unit; propane/butane powered w/push button ignition; variable smoke output; EMC compliance and CD accreditation; ISO 9001 stan dards; weight 6 ? lbs, 20 lbs w/carrying case; size: 19 x 16 ? x 5 ?; 1-2 micron smoke particle size; approximately 17,650 cu. ft/min smoke output; 6 minutes running time per canister; 20 second warm up time from cold. To include carrying case, barrel s hield, operating instructions, service kit and canisters. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.204-7, Central Contractor Registration; (2) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--C ommercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer-- Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum paragraph (d) Product Samples - delete in its entirety, paragraph (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-1 and 52.213-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) t echnical factors, to include past performance; (2) total cost or price. ADDITIONAL INFORMATION: To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-2423. If quoting an e qual brand, must submit specifications with quote. Quotes are due NLT 1:00 P.M. MST on September 1, 2004. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000 or e-mailed to li nda.duvall@ut.ngb.army.mil; facsimiles will not be accepted. Include any shipping and handling charges to zip code 84020. Equipment will be delivered and installed at 125 South 700 East, Springville, Utah. All quotes must arrive at the place and by the t ime specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available).
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN00647564-W 20040821/040819212513 (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.