Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2007 FBO #2127
SOLICITATION NOTICE

67 -- Thermal Camera

Notice Date
9/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W9033N-7207-0006
 
Response Due
9/26/2007
 
Archive Date
11/25/2007
 
Point of Contact
Linda Duvall, 801-523-4091
 
E-Mail Address
USPFO for Utah
(linda.duvall@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Thermal Camera SOLICITATION NUMBER: W9033N-7207-0006 QUOTE DUE DATE: 26 September 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 333315, size standard is 100 Employees. REQUIREMENT: One (1) Thermal Camera. Interested vendors can request a copy of the specifications by e-mailing Linda Duvall at Linda.duvall@us.army.mil. APPLICABLE PROVISIONS AND CLAUSES: The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. Contract Terms and Conditions are incorporated by reference and applies to this acquisitio n with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clause are incorporates by reference: 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action fo r Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; 52.233- 2, Service of Protest After Award; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219.1, Small Business Program Representation; 52.252-2, Clauses Incorporated by Reference; 252.212-7001 Contract Terms and Conditio ns Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-70 03, Electronic Submission of Payment EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in no order of importance: (1) offerors capability to provide a quality product that meets the Government needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 26 September 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accep ted. All quotes must arrive at the pla ce and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include: specifications/descriptive literatur e and pictures of lockers being offered, cost/price to include any shipping and handling to 84065 and at least three references (companies who youve provided similar items too) or quote may be considered non-responsive. Questions may be e-mailed to the ad dress above; no telephone calls will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA42/W9033N-7207-0006/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01414417-F 20070923/070921223848 (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.