Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOLICITATION NOTICE

66 -- Combined Synopsis/Solicitation W52H09-06-T-0470, Amendment 002; Optical Comparator; Commercial Item.

Notice Date
8/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-06-T-0470-002
 
Response Due
8/24/2006
 
Archive Date
10/23/2006
 
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. Combined Synopsis/Solicitation W52H09-06-T-0470; Optical Comparator; Commercial Item. Solicitation W52H09-06-T-0470 as posted on July 25, 2006 and Amendment 001 as posted July 31, 2006, are hereby deleted in their entirety and superseded by the following: W52H09-06-T-0470, Amendment 002. Any and all Quotations submitted prior to the date of this posting will not be considered further for award. Consideration for award shall be afforded to Quotations submitted on or after the date of this posting. Offerrors shall comply with the requirements of this posting in order to receive consideration for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2205-09. The NAICS Code associated with this procurement is 334516 with a size standard of 500 employees. Defense Priorities and Allocations System (DPAS) rating DO-C9e will apply to the resulting order. This propos ed contract is 100 percent setaside for small business concerns. CLIN 0001: Optical Comparator, Quantity 1 each. Minimum Requirements: Floor model (not bench model); Measuring stage with 12 inches X 6 inches X 3 inches travel minimum; Digital, electron ic, readout capable; 2 Micrometer resolutions minimum: Electronic protractor capable of measuring 360 Degree: Automatic Edge detection; Vise blocks with V-Grip to hold work piece; and Contractor shall provide one day of On-site Training. Cost of said tra ining is to be included in the offerors quote. Delivery by commercial carrier with commercial packaging is required. FOB: Destination to DoDAAC W910RS, Edgewood Chemical Biological Center; ATTN: Bill Meyer (309-782-5404), AMSRD-ECB-END (RI); 1 Rock Isl and Arsenal, Building 131 (Basement); Rock Island, IL 61299-7390. Required Delivery by 2006SEP30. Offers must provide sufficient documentation or evidence to determine technical capability to meet or exceed the minimum Government requirements. Descript ive documentation includes, as a minimum, make, model, part number, nomenclature, quantity, detail of specifications; base, options, features, a detailed cost breakdown sheet, and a specified delivery date. Information should clearly identify the manufact urer, country of origin, part number, unit price, and length of warranty for each component. Evidence may include commercial marketing literature or other reliable information. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to t his acquisition. This solicitation incorporates one or more clauses by reference, with the same force and effect as if in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The p rovision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins for Paragraph (a) are Technical capability of the item to meet or exceed the minimum government requirements, Past Performance and Price. Technical and Past Performan ce, when combined, are more important than price. Based on an independent assessment of all factors, the Government reserves the right to award to other than the lowest priced offer. Offerors shall include a completed copy of the provision at 52.212-3, O fferor Representations and Certifications-Commercial Items with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional F AR clauses cited in this clause are applicable: (1) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contr act Claim (OCT 2004) (Pub. L. 108-77, 108-78); (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); (16) 52.222-21, Prohibitio n of Segregated Fac ilities (JUN 2004); (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); (26) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2 006)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). Additio nal clauses that apply to this acquisition are: 52.204-7 Required Central Contractor Registration, 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.h ill.af.mil. CAUTION: This solicitation will be issued only through this synopsis. TACOM LCMC has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicitation Page has been activated to fully automate the respon se process--http://aais.ria.army.mil/aais/SOLINFO/index.htm. It is incumbent upon an interested party to periodically access this Internet address to obtain any issued amendments. Quotes are due not later than 4:00 PM DST on 24 August 2006. Contract Specialist: Mrs. Jane E. Nelson, 309-782-5626, jane.nelson@us.army.mil. Contracting Officer: Mrs. Margaret C. Tuftee.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01113050-W 20060813/060811221515 (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.