SOLICITATION NOTICE
71 -- Modular Command Consoles Rooms 45, 48, 50
- Notice Date
- 7/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 337214
— Office Furniture (except Wood) 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
- W81R8T71510002
- Response Due
- 8/9/2007
- Archive Date
- 10/8/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-17 effective 14 June 2007 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20070531. It is anticipated that payment will be made by Gove rnment Visa Credit Card. The North American Industry Classification System (NAICS) is 337214 with a size standard of 500 employees. This requirement is 100% set aside for small business. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The proposal shall provide bids on the attached specifications which include in; Room 48, Mission Control Area, is comprised of three (3) console groups Mission Control Console, Test Officer Console, and the Customer Console; two (2) communication equipment racks, and one (1) Printer stand. Room 45 will include Mission Control Consoles Three (3) main consoles with one (1) short console, and a Test Officer and Customer Consoles Four (4) main consoles with One (1) printer console. In Room 50 it will consist of Mission Controller Consoles Three (3) main consoles with one (1) short console and Testing Officers and Customer Consoles Four (4) main consoles with a Printer Console One (1) console. All offerors proposing shall demonstrate that their proposal meets or exceeds the specifications for each console, range communication equipment racks, and printer consoles found on our website at ht tp://www.yuma.army.mil/contracting/ are will be attached. All proposals shall be clearly marked with PR # W81R8T71510002 and emailed to contact listed below via email or sent by facsimile to 928-328-6849 no later than 8:00 AM MST, Aug 9th, 2007. The Gover nment intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on delivery, setup and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 2000). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at ht tp://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document. This contract may include the following clauses: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and specifically addendum 52 . 247-34 FOB Destination (Nov 1991), FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisi tion are 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offe ror elects to waive the preference, it shall so indicate in its offer), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibitio n of Segregated Facilities (Fe b 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietn am Era, and other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Affirmative Action for Workers with Disabilities (Sep 2006), 52.222-39, Notification of Employee Rights Concerning Payment of U nion Dues or Fees (Dec 2004), 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act (Nov 2006), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executiv e Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005) applies to this Acquisition, and specifically 52.203-3, Gratuities (APR 1984), 252.225-7012, Preference for Certain Domestic Commodities (Jan 2007), 252.225-7001 Buy American Act T rade Agreements Balance of Payments Program (Jun 2005). 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005), 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005), 252.225-7036 Buy American Act--Free Trade Agreements-- Balance of Payments Program (Mar 2007), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002). A site visit will be conducted at 2:00 pm (MST) on Monday, August 13, 2007. Any technical questi ons concerning this requirement shall be sent to the point of contact below on or before 11:00 AM July 23, 2007. If you plan on participating in this acquisition and site visit, you are required to provide your name, address, phone number, and email addre ss to point of contact below or by facsimile (928) 328-6849 by Aug 8, 2007 for notification of amendments and site visit information.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01337308-W 20070711/070709221255 (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 |