SOLICITATION NOTICE
24 -- ALL-PURPOSE REMOTE TRANSPORT SYSTEM (ARTS)
- Notice Date
- 3/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery 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
- W91ZLK-06-T-0262
- Response Due
- 3/7/2006
- Archive Date
- 5/6/2006
- 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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The combined synopsis/solicitation number is W91ZLK-06-T-0262 and it is issued as a Request for Quotations (RFQ). This solicitation incorporates provisions and clauses in effect through Fe deral Acquisition Circular 05-07. The North American Industry Classification System (NAICS) is 333924 and Small Business size standard is 750 employees. The Government intends to award a firm-fixed price Purchase Order resulting from this combined synopsis /solicitation to be delivered at Aberdeen Proving Ground, Maryland for the following items: CLIN 0001 All-purpose Remote Transport System, Qty 1 EA; System will include the following: Universal Operator Control System, ARTS Robotic Grappler Assembly, A RTS Industrial Brushcutter, 4-in-1 Loader Bucket, ARTS Robotic Backhoe Assembly, Fixed (Platform) Camera Assembly, VCU Video (96 LG) Cable Assembly, VCU Video (120 LG) Cable Assembly, ARTS Training, Operator Maintenance & Electronics (5 Days, One Instruc tor), Does not include Travel; Travel Cost for Training, ARTS A/S-37U-3 Tech Manual (TO 11A4-7-1)(Volume 2), Annual Support Plan. CLIN 0002 Shipping Charges, QTY 1 LOT. For a detailed description and specification, please contact Barbara Kuklinski at barbara.kuklinski@us.army.mil. The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Governm ent is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other inform ation necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Gov ernment, price and other factors considered. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed fo r debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial I tems without addenda; 52.222-22 Previous Contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Ac t-North American Free Trade Agreement-Israeli Trade Act Certificate; 52.243-1 Changes-Fixed 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 Representations and Certifications Commercial Items, with quotations. The clause 52.212-5 Contract Terms and Conditions Required To Imp lement Statutes or Executive Orders-Commercial Items, without addenda apply to this acquisition including the following FAR clauses cited within this clause. 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g a nd 10 U.S.C. 2402); 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 w ith 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 Affirmati ve Action For Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action For Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli 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 Centra l Contractor Registration. DFARS 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 2 52.212-7001 are applicable: 52.203-3, 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. 3 301 note); 252.232- 7003 Electronic 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 o f 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 and http://www.arnet.gov/far. Quotations must be signed, dated, and receive d by 2:30 PM (Eastern Standard Time) on March 7, 2006 via fax at 410-306-3863 or email at barbara.kuklinski@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Groun d, MD 21005-3013. All quotations 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 Quotations contact Barbara Kuklinski, Contract Specialist via email to: barbara.kuklinski@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00997027-W 20060303/060301212511 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |