Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2006 FBO #1705
SOLICITATION NOTICE

69 -- INTERACTIVE MULTIMEDIA INSTRUCTION (IMI) TRAINING

Notice Date
7/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
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-0605
 
Response Due
8/1/2006
 
Archive Date
9/30/2006
 
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 acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-06-T-0605. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-07. The associated North America Industry Classi fication System (NAICS) Code 611710 and the Business Size Standard is $6.5M. This requirement is being competing using full and open competition. Description of requirements: The contractor shall provide the following: Item 1. Interactive Multimedia Instruction (IMI) Training Products, Qty of 1 LOT. For a detailed description and specification, please contact Barbara Kuklinski at barbara.kuklinski@us.army.mil. Acceptance shall be at Destination. Shipping shall be FOB Destination . Delivery shall be to the U.S. Army Aberdeen Proving Ground, MD 21005. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provisio n at 52.212-2, Evaluation Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The contract will be awarded to Lowest Price Technically Acceptable (LPTA). Th e technical evaluation 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 offer. To en sure sufficient information is available, vendors must furnish as part of their offer all descriptive material (such as illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the salient character istics of the requirement. The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Repre sentations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, appl ies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, and FAR 52 .219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.22 2-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Di sabled Veterans and Ve terans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Centra l Contractor Registration. DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 25 2.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submiss ion of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Quotations must be signed, dated, and received by 12:00 PM (Eastern Standard Time) on August 1, 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 Ground, MD 210 05-3013. 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 -334-341 4 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
 
Record
SN01098487-W 20060728/060726221149 (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 |
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.