Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2005 FBO #1454
SOLICITATION NOTICE

59 -- FILTER CONNECTORS, NAIC 335311

Notice Date
11/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK06T0066
 
Response Due
11/23/2005
 
Archive Date
1/22/2006
 
Small Business Set-Aside
Total Small Business
 
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. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The combined synopsis/solicitation number is W91ZLK-06-T-0066 and it is issued as a Request for Proposals (RFP). This solicitation incorporates provisions and clauses in effect through Fede ral Acquisition Circular 05-05. This acquisition is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) is 335311 and Small Business size standard is 750 employees. The Government intends to award a firm-fixed pri ce Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, Maryland for Contract Line Item Number (CLIN) 0001 - Custom Filter Connector Panel for Secure Video Camera. Rated voltage is 28 Vdc. Rated curr ent is 1 amp for 28 lines. Test per MIL-F-15733. Part No. RF16455 or equal, Qty 120 each. The Government reserves the right to make an award without discussions. The contract will be awarded to Low Price Technically Acceptable (LPTA). The technical evaluat ion will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient i nformation is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Gov ernment will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following clauses are incorporated by reference. 52.204-7, Central Contractor Re gistration; 52.209-6 Protecting the Governments Interest When Subcontrating with contractors debarred, suspended or proposed for debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions  Commercial Items witho ut addenda; 52.222-22, Previous Contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American ActNorth American Free Trade AgreementIsraeli Trade Act Certificate; 52.243-1 ChangesFixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination. 252.204-7004 Alt A, Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Repr esentations and Certifications Commercial Items, with proposals. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, without addenda apply to this acquisition including the following FAR c lauses cited within this clause. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14, Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14); 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004)( E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36, Affirmative Action For Workers with Disabilities; 52.2 22-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-286); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); and 252.204-7004 Required Central Contractor Registration. DF ARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses cited within the clause 252.212-7001 are applicable: 5 2.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004)(41 U.S.C. 10a-10d, E.O. 10582); 252.225-7021, Trade Agreements (Jun 2005) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.232-7003 Elect ronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (Mar 1998)(10 U.S.C.2410); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Proposals must be signed, dated, and received by 12:00 Noon (Eastern Standard Time) on November 23, 20 05 via fax at 410-306-3849 or email at yolanda.harlan@us.army.mil and the original via mail to the following address: US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 210 05-3013. All proposals from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Proposals contact Yolanda Harlan, Contract Specialist via email to: yolanda.harlan@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. Notes 1 apply.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00933732-W 20051119/051117212041 (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.