Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2008 FBO #2497
SOLICITATION NOTICE

99 -- RESTRICTED TO AMERICAN SIGNAL CORP. Speakers for Mass Notification System to be compatible with current American Signal MNS

Notice Date
9/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-T-MBR3
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Point of Contact
Michelle Blocker-Rosebrough, 309-782-6514<br />
 
Small Business Set-Aside
N/A
 
Description
RESTRICTED TO AMERICAN SIGNAL CORPORATION, MILWAUKEE, WI 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. This combined synopsis/solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. Although this award is restricted to American Signal Corporation, pursuant to FAR subpart 5.201 (2)(c), this notice is posted for all interested contractors and subcontractors. This solicitation is issued using Simplified Acquisition Procedures pursuant FAR Part 13. This requirement is for 10 speakers and 2 poles (installed) to integrate with the existing Mass Notification System (MNS) at Aberdeen Proving Ground (APG). The additional mass notification equipment must be compatible with the existing MNS from American Signal currently used at APG. Proposals shall include documentation to support all prices proposed (i.e. catalog prices, commercial invoices, price lists, and/or previous contract pricing). All prices are firm-fixed price. Inspection and acceptance are at Destination. The following Federal Acquisition Regulation (FAR) clauses are applicable to this solicitation: 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items. (copy of this provision shall be completed and submitted with the offer.) 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Applicability includes Paragraph (b) items 7, 17, 18, 19, 20, 21, 22, 24, 31, 36 and paragraph (c) item 5) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (a) 52.203-3, Gratuities and paragraph (b) item 17) 252.246-7000, Material Inspection and Receiving Report Wide Area Workflow (WAWF) will be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. For information on registration, please go to https://wawf.eb.mil/. The signed offer must be dated and delivered to the following POCs no later than 4:00 PM (Central) on 29 SEPTEMBER 2008: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Ms. Michelle Blocker-Rosebrough, michelle.blockerrosebrough@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=996c25770c99d8cd875dc5ee612f1390&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-7630<br />
 
Record
SN01682288-W 20080927/080925224121-996c25770c99d8cd875dc5ee612f1390 (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.