SOLICITATION NOTICE
39 -- Conveyor
- Notice Date
- 5/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, 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-09-T-1062
- Response Due
- 6/2/2009
- Archive Date
- 8/1/2009
- Point of Contact
- Samuel Colton, 928-328-6354<br />
- E-Mail Address
-
ACA, Yuma Proving Ground - DABK41
(samuel.colton@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. The U.S. Army Yuma Proving Ground, AZ has a requirement to procure a conveyor system. The RFQ number is W9124R-09-T-1062 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31, Effective 20 Apr 2009 and Defense Federal Acquisition Regulation (DFAR) current to DCN 20090115. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 333922 with a size standard of 500 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. Offeror shall account for costs associated with accepting credit card payment in their quote. All quotes shall include shipping cost to the U.S. Army Yuma Proving Ground, Yuma, AZ 85365-9498. The proposal shall consist of the following Contract Line Item Number (CLIN): 0001, Quantity: 1, Unit of Issue: Each, Description: Conveyor system to meet or exceed the minimum specifications. The minimum specifications and drawings are available at http://www.yuma.army.mil/site_contracting.asp under the RFQ number W9124R-09-T-1062. The Government intends to award a contract to the lowest priced technically acceptable responsive responsible offeror. Contractor proposal shall include sufficient technical information to permit evaluation of the proposed equipment. Offerors that fail to furnish required representations or technical information as required by FAR 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instruction to Offerors of Commercial Items (June 2008). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov Note: In order to complete the Representations and Certifications for the following referenced provision you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) with Alternate I (Apr 2002) and DFAR 252.212-7000 Offeror Representations and Certification Commercial Items (June 2005) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (May 2009) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor (June 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52.232-36 Payment by Third Party (May 1999), FAR 52.247-34 FOB Destination (Nov 1991). DFAR Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008) applies to this acquisition, and specifically, DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), DFAR 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), DFAR 252.243-7002 Request for Equitable Adjustment (Mar 1998), DFAR 252.247-7023 Transportation of Supplies by Sea with Alternate III (May 2002). All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army YPG-MICC-YUMA, CCMI-RCY, B-2100, Rm-8, 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 YPG-MICC-YUMA, CCMI-RCY, B-2100, Rm-8, 301 C Street, Yuma, AZ 85365-9498. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to the point of contact below. E-mail submission is preferred. All offers must be received in the Contracting office no later than 02 June 2009, 12:00 PM Mountain Standard Time (MST), 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) Be registered in ORCA or complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representation and certifications electronically at the Online Representation and Certifications Application (ORCA) web site at http://orca.bpn.gov., (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 with 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 point of contact below for notification of any amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1062/listing.html)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
- Zip Code: 85365-9106<br />
- Zip Code: 85365-9106<br />
- Record
- SN01823131-W 20090522/090521001424-a940f8fa3ee5d7a8353b1a24a9a097be (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 |