Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

12 -- EOTECH XPS3 Sights for 2-325 AIR, 2 BCT, 82nd ABN DIV..

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124709T0427
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Claudetta Smith, 910-643-7221<br />
 
E-Mail Address
ACA, Fort Bragg
(claudetta.smith@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii)This Solicitation document W91247-09-T-0427 is issued as a Request for Quote (RFQ) EOTECH XPS3 Sights for 2-325 AIR, 2 BCT, 82nd ABN DIV.. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-27, effective October 17, 2008. (iv)Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 333314 Optical Instrument and Lens Manufacturing FSC code 1240 and size standard is 500. (v)This requirement is to provide: CLIN 001 EOTECH XPS3 night vision sight QTY 180 Each (vi)The requirement shall be Firm Fixed Price. (vii)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, Addendum to FAR 52.212-4 WIDE AREA WORKFLOW All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Type of Document is either Combo for Supplies & Construction or 2-in-1 for Services. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACTORS THE INFORMATION BELOW WILL BE PREFILLED FOR YOU. PLEASE VERIFY THAT CONTRACT NUMBER AND DELIVERY ORDER NUMBER ARE CORRECT FOR THE CONTRACT YOU WILL BE INVOICING FOR THROUGH WAWF. CONTRACT NUMBER: TBD after award DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: Combo Invoice / Receiving Report CAGE CODE: TBD after award ISSUE BY DODDAC: W91247 ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: TBD after award LOCAL PROCESSING OFFICE: Leave Blank for Army Contracts. PAY OFFICE DODDAC: TBD after award Person completing the receiving report name and email address: TBD after award (End of Addendum) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items,: Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments, DOD LEVEL I ANTITERRORISM 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) (viii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). Addendum to 52.212-1. Submit signed and dated offers to the office specified below at or before the exact time specified in this solicitation. Offers may also be submittied via email to: Claudetta.Smith@us.army.mil Regular mail: Mission and Installation Contracting Command ATTN: Ms. Nikki Smith 2175 Reilly Road, Stop A Fort Bragg, NC 28310-5000 Via UPS or FedEx: Mission and Installation Contracting Command (MICC) ATTN: Ms. Nikki Smith Bldg 2-1105/C Macomb Street Fort Bragg, NC 28310-5000 Submission of proposals shall be forwarded by Friday, August 11, 2009, 12:00 PM Est (End of Addendum) 52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items as a part of their offer. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate ARMY MATERIEL COMMAND (AMC) Army Materiel Command (AMC)-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve the concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns with AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Road, Room 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent to by Fed Ex or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer, Mrs. Francesca Hemphill at (910) 643-7222, or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/W9124709T0427/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01899294-W 20090806/090805001031-83f84d0581db5efc73307c30bccf6eba (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.