SOLICITATION NOTICE
61 -- Power Supply, Switching and Rack Mounts. NSN: 6130-01-381-1046.
- Notice Date
- 7/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-09-Q-L410
- Response Due
- 8/10/2009
- Archive Date
- 10/9/2009
- Point of Contact
- Lisa Martikes, 7324271597<br />
- E-Mail Address
-
US Army C-E LCMC Acquisition Center - DAAB07
(lisa.martikes@us.army.mil)
- 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) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The U.S. Army, CECOM Contracting Center, Army Contracting Command, Fort Monmouth, NJ 07703, intends to award a Firm Fixed Price type contract for the procurement of five (5) Power Supply, Switching and Rack Mounts, NSN: 6130-01-381-1046, Part Number: A3187941-003. This item is a commercial item and is a component of the AN/GSC-52A Satellite Terminal. Offerors are requested to provide quotes for five (5) each of the Power Supply, Switching and Rack Mounts, under Sub-Contract Line Item Number (SLIN) 0001AA. Delivery shall be made 120 days after contract award (DAC). Offerors are advised that Unique Identification (UID) requirements shall be required if the unit cost of each Power Supply, Switching and Rack Mount, is over $5,000 (see Statement of Work for Unique Identification). A Contract Data Requirements List (CDRL) entitled, Scientific and Technical Reports will be NOT SEPARATELY PRICED and will be listed under SLIN 0002AA (see Statement of Work for UID). This procurement will be a 100% Small Business Set-Aside. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 335999. This synopsis/solicitation is a Request for Quotation (RFQ). Solicitation No. W15P7T-09-Q-L410 has been assigned to this requirement for identification purposes and all correspondence relating to it should reference this number. List of Attachments that will be found under SECTION J. Exhibit A Contract Data Requirements List (Category: MISC Scientific & Technical Report). Page(s) - 1 Attachment 0001 Statement of Work for Unique Identification (UID). Page(s) - 4 Attachment 0002 Drawing A3187941. Page(s) - 33 BASIS FOR AWARD: Award will be made to the lowest price, responsive, responsible bidder. In order to determine responsibility, past performance information will be reviewed. Shipments are to be FOB Destination. Inspection will be via a Certificate of Conformance and Acceptance will be at Source. One (1) unit shall be shipped to: Harris Corporation 2800 Jordan Blvd Malabar, FL 32950 ATTN: Dale Cousins AN/GSC-52 MOD Program 321-768-4803 Four (4) units shall be shipped to: XR W1BG UEF Dist Depot Tobyhanna Myers and Second Streets Warehouse 2 Bay 1 Tobyhanna, PA 18466-5059 PROVISIONS AND CLAUSES applicable to this acquisition are listed below. FULL TEXT OF THE ABOVE PROVISION AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING THE FOLLOWING INTERNET WEBSITES: Federal Acquisition Regulation http://www.arnet.gov/far/ Defense Federal Acquisition Regulations http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html FAR 52.212-1 Instructions to Offerors- Commercial Items FAR52.6307Executive Summary FAR52.7225Notice to Contractors-Elimination of Military Specifications and Standards FAR52.6101Alternate Pricing with Alternate Commercial Packaging FAR52.6900Order of Precedence, Issue of Specifications (Statement of Work) FAR52.7043Standard Practice for Commercial Packaging FAR52.246-2Inspection of Supplies--Fixed-Price FAR52.246-1Contractor Inspection Requirements FAR52.246-15Certificate of Conformance FAR52.246-16Responsibility for Supplies DFAR252.211-7003Item Identification and Valuation FAR52.211-17Delivery of Excess Quantities FAR52.242-17Government Delay of Work FAR52.247-34F.O.B. Destination FAR52.211-8Time of Delivery FAR25.6076Army Electronic Invoicing and Receiving Report Instructions (Wide Area Work Flow) (Oct 2007) FAR52.7027Place of Performance and Shipping Point FAR52.7050Administrative Data/Instructions to Paying Office FAR52.7080DFAS Columbus Web Invoicing System (WINS) DFAR252.204-7002Payment for Subline Items Not Separately Priced DFAR252.204-7004Alternate A, Central Contractor Registration (52.204-7) DFAR252.204-7006Billing Instructions DFAR252.211-7000Acquisition Streamlining DFAR252.225-7001Buy American Act and Balance of Payments Program DFAR252.225-7002Qualifying Country Sources as Subcontractors DFAR252.225-7013Duty-Free Entry DFAR252.225-7036Buy American Act--Free Trade Agreements--Balance of Payments Program (Jan 2009) -- Alternate I (Oct 2006) DFAR252.232-7003Electronic Submission of Payment Requests and Receiving Reports DFAR252.243-7001Pricing of Contract Modifications DFAR252.204-7000Disclosure of Information DFAR252.204-7003Control of Government Personnel Work Product DFAR252.232-7010Levies on Contract Payments DFAR252.203-7000Requirements Relating to Compensation of Former DOD Officials DFAR252.203-7002Requirement to Inform Employees of Whistleblower Rights DFAR252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR252.211-7005Substitutions for Military or Federal Specifications and Standards FAR52.204-7Central Contractor Registration FAR52.212-4Contract Terms and Conditions--Commercial Items FAR52.214-29Order of Precedence--Sealed Bidding FAR52.219-6Notice of Total Small Business Set-Aside FAR52.223-6Drug-Free Workplace FAR52.227-1Authorization and Consent FAR52.227-2Notice and Assistance Regarding Patent and Copyright Infringement FAR52.227-3Patent Indemnity FAR52.227-9Refund of Royalties FAR52.243-1Changes--Fixed Price FAR52.249-1Termination for Convenience of the Government (Fixed-Price)(Short Form) FAR52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR52.222-42Statement of Equivalent Rates for Federal Hires FAR52.204-1Approval of Contract FAR52.222-26Equal Opportunity (Mar 2007) -- Alternate I (Feb 1999) FAR52.222-36Affirmative Action for Workers with Disabilities (Jun 1998) --Alternate I (June 1998) FAR52.232-29Terms for Financing of Purchases of Commercial Items FAR52.234-1Industrial Resources Developed Under Defense Production Act Title III FAR52.219-28Post-Award Small Business Program Representatioin DFAR252.217-7026Identification of Sources of Supply DFAR252.225-7000Buy American Act--Balance of Payments Program Certificate DFAR252.225-7035Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (JAN 2009) Alternate I (OCT 2006) FAR52.214-16Minimum Bid Acceptance Period FAR52.212-3Offerors Representations and Certifications--Commercial Items (Feb 2009) - Alternate I (Apr 2002) FAR52.219-19Small Business Concern Representation for the Small Business FAR52.219-21Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program FAR52.222-22Previous Contracts and Compliance Reports FAR52.222-25Affirmative Action Compliance FAR52.227-6Royalty Information FAR52.203-2Certificate of Independent Price Determination FAR52.219-2Equal Low Bids FAR52.207-1Notice of Standard Competition FAR52.207-2Notice of Streamlined Competition FAR52.212-1Instructions to Offerors--Commercial Items FAR52.214-3Amendments to Invitations for Bids FAR52.214-4False Statements in Bids FAR52.214-5Submission of Bids FAR52.214-6Explanation to Prospective Bidders FAR52.214-7Late Submissions, Modifications, and Withdrawals of Bids FAR52.214-10Contract Award--Sealed Bidding FAR52.214-12Preparation of Bids FAR52.211-14Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use FAR52.214-14Place of Performance--Sealed Bidding FAR52.214-15Period for Acceptance of Bids FAR52.252-5Authorized Deviations in Provisions FAR52.6149Electronic Submission of Bids on IBOP FAR52.7251AMC-Level Protest Program FAR52.7310Availability of Standardized Military Drawings FAR52.6110Failure to Comply with F. O. B. Terms FAR52.7150Evaluation--First Article (Contractor Testing) All parties interested in doing business with CECOM LCMC are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. Upon accessing this web page, click on CECOM-2009 and then hit go. You will need to register with the IBOP in order to view solicitations. The Statement of Work for Unique Identification and the drawings and/or links to drawings will be provided on the website. Please be advised that hard copies of the solicitation will not be made available; you must download solicitation documents from the IBOP. Please contact the IBOP help desk at (732) 532-1840 or (732) 532-5246 (these numbers are NOT toll free) for technical assistance with the IBOP. All quotes must be received by 10 August 2009. Quotes shall be submitted electronically via the IBOP. Files shall not contain any classified data. The submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. The Point of Contact for this action is Lisa Martikes, Contract Specialist, 732-427-1597 or Lisa.Martikes@us.army.mil. See FedBizOpps Numbered Notes 1 and 9 apply to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-09-Q-L410/listing.html)
- Place of Performance
- Address: US Army, CECOM Contracting Center, Army Contracting Command ATTN: CCCE-CB-TK, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01869988-W 20090711/090709235555-e2c17470e54872b8ebf99a3e3aadb755 (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 |