Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

66 -- Accelertion/Velocity/Distance Measurement System

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-06-T-0066
 
Response Due
8/31/2006
 
Archive Date
10/30/2006
 
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 U.S. Army Yuma Proving Ground, AZ has a requirement to purchase an Acceleration/Velocity/Distance measurement system. The Request for Quote (RFQ) number is W9124R-06-T-0066 and incor porates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-12 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 20060814. This acquisition is being solicited 100% small business set-aside. The No rth American Industry Classification System (NAICS) code is 334220 and the size standard is 750 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. O fferor shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following items: Contract Line Item Number (CLIN) 0001-2 Each RLVBACS004 Brake Pedal Trigger-or Equal. Contract Line Item N umber (CLIN) 0002-1 Each RLVBDSP02 LED Speed Readout Display System (Dual) comprising of: VBDSP02 LED Display, RLVBCAB05 Cable from VBOX to Readout, RLVBACS040 Cullman Suction Mounting For LCD Display-or Equal. Contract Line Item Number (CLIN) 0003-1 Each RLVBDSP03 LCD Multi Function (4 parameters) Display, Backlit LCD comprising of: VBDSP03 LCD Multi Function Display, RLVBCAB05 Cable from VBOX to Readout, RLVBACS040 Cullman Suction Mounting For LCD Display-or Equal. Contract Line Item Number (CLIN) 0004-2 Each RLVB3 VBOX III 100Hz comprising of VB3VBOX III 100Hz DGPS with 500K CAN link for integration into existing Data logging equipment, RLBACS020 Mains charger, RLVCAB10 Cigar Lighter Adaptor, RLVBACS050 VBOX GPS Antenna, RLVBACS008 128MB Compact Flash Car d, RLVBACS028 PCMCIA compact Flash Adaptor, RLVBACS030 CD ROM containing VBOX software, RLVBCAB01 Serial PC Cable for download/real time monitoring, ADC25IPCON 25 Way D Connector, RLVBACS031 VBOX User Manual, RLVBACS013 VBOX Padded Carrying Case, RLVBSUPP1 /3 One Year Hardware/Software Support Contract-or Equal. Contract Line Item Number (CLIN) 0005-1 Each RLVBIMU01 Inertial Measurement Unit-comprising of: VBIMU01 CAN based unit with 3 YAW rate sensors and 3 accelerometers. Temperature compensated, RLVBCAB3 0 YAW02 Serial Cable, RLVBCAB05-C 5 Way Lemo-5 Way Lemo-CAN only- or Equal. The manufacturer of the brand name items is VBOX USA, 1368 Anderson St., Clawson, MI 48017-1044. All offerors proposing an equal item shall demonstrate that the proposed item mee ts or exceeds all of the minimum salient characteristics of the brand name items being solicited. The minimum salient characteristics can be found on our web site at http://www.yuma.army.mil/contracting/ under the above referenced RFQ number. Award will be made to the low priced offerors whose proposed product meets or exceeds the minimum salient characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Jan 2006); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial items (June 2006) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial item s (Sep 2005); FAR 52.212-5, Contract terms and conditions required to Implement Status or Executive Order-Commercial items (Aug 2006); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Emp loyment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999 ). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense acquisitions of Commercial Items (July 2006). Specific clauses cited in DF ARS 52.212-7001 that are applicable to this acquisition are: DFARS 252.225-7036 Buy American Act-North American Free trade Agreement Implementation Act-Balance of Payments Program (Jun 2006). An addendum is incorporated into the solicitation to include FA R and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colton@yuma.army.mil on or before 4:30 p.m. MST, August 28, 2006. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365- 9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also b e submitted via facsimile to 928-328-6849 or E-mail to Samuel.Colton@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 9:00 a.m. MST, August 31, 2006, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) a completed copy of both FAR 52.212-3 R epresentations and Certifications Alt I, (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance wit h the technical requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments. See Note 22 with the exceptio n that the time period for the receipt of proposals for consideration is 6 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01124832-W 20060826/060824221345 (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.