Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2005 FBO #1341
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation for Incline Plane Impact Tester

Notice Date
7/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J05T0009
 
Response Due
8/3/2005
 
Archive Date
10/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement an Incline Plane to do packaging tests to ASTM D4169 requirements. The Incline Plane shall have a payload capacity of at least 2,000 lbs and an impact velocity of at least 7 mph. Other specifications for incline plane include an impact face of at least 6ft0in by 6ft0in with a dolly surface area of at least 60in by 60in; dolly travel and dooly height shall be adjustable to vary the impact velocity. The government will provide utilities to the incline plane, i.e. air, and power of 110 volts,1 phase or 480 volts 3 phase. ASTM D4169 will be made available, by request to the Contract Specialist This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-05-T-000 7. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r 2005-04, Effective 08 July 2005. Quotations submitted in response to this solicitation shall include: (1) vendor part number, vendor part name, and unit price, inclusive of shipping; (2) verification of delivery of incline plane no later than 10 weeks after award (3) verification that the incline plane shall be individually preserved, packaged, marked, bar-coded and shipped, FOB Destination, in accordance with best commercial practices and shipped to: ECBC Rock Island AMSRD-ECB-END (Bill Meyer) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 334519 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to lowest price d supplier which meets the minimum requirements as stated above. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35  Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with disabilities; 52.225-1, Buy American Act, Balance of Payments Program, Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic Fund Transfer-Central Contractor Registration. 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 3 August 2005, at jessica.dobbeleare@us.army.mil; facsimile (309)782 -7257, or HQ, Army Filed Support Command, AMSFS-CCD-B (J. Dobbeleare), 1 Rock Island Arsenal, Rock Island, IL 61299.
 
Place of Performance
Address: U.S. Army Field Support Command ATTN: AMSFS-CCD-B Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN00856009-W 20050729/050727212333 (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.