SOLICITATION NOTICE
58 -- Self Loading Spool and Reel Trailer
- Notice Date
- 8/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications 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-1084
- Response Due
- 8/25/2009
- Archive Date
- 10/24/2009
- Point of Contact
- Maribel Sanchez, 928-328-6424<br />
- E-Mail Address
-
ACA, Yuma Proving Ground - DABK41
(maribel.sanchez2@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 Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (Fac) 2005-36 effective 11 August 2009 Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20090729 Edition. This solicitation is being issued as a Request for Quotation (RFQ) resulting in a Firm-Fixed Price contract. It is anticipated that payment will be made by Government Visa Payment Card. Offerer shall account for any costs associated with accepting Visa payment. This commercial acquisition is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) is 334290 with a size standard of 750 employees. All perspective offerers must be actively registered in the Central Contractor Registration. Offerers may register online at http://www.ccr.gov. The Government intends to solicit this requirement as a brand name or equal per FAR 52.211-6 Brand Name or Equal to Pro-Formance Manufacturing. This contract will be for the procurement of the following Contract Line Item Number (CLIN): 0001, Quantity: 1, Unit of Issue: Each, Description: Self Loading Spool Trailer, model number: TR6400. This contract will be for the procurement of the following Contract Line Item Number (CLIN): 0002, Quantity: 1, Unit of Issue: Each, Description: Self Loading Spool Trailer, model number: TR6850. Please see attached specification sheet for further details. The Government intends to award a contract to the responsible offerer whose offer conforming to the proposal will be most advantageous to the Government based on best value and the Government reserves the right to award to other than low offerer. The requirement specifications, for this CSS, or any other pertinent information applicable to this solicitation are located at the Mission and Installation Contracting Command Center - Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-09-T-1084. All quotations shall include any costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365-9498. Arizona vendors are to include the Arizona Privilege Tax. All quotations shall be clearly marked with RFQ reference number W9124R-09-T-1084 and emailed or sent to the Point of Contact (POC) below no later than 25 August 2009 at 1:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the POC below no later than 20 August 2009 at 10:00 AM MST. Please call 928-328-6424 for more information on any technical questions that may arise. Offerers that fail to furnish required representations or technical information as required by FAR Clause 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 Instructions to Offerers Commercial Items (June 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. 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 https://orca.bpn.gov. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerers Commercial Items (June 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Aug 2009) Alternate I (Apr 2002); 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 (Aug 2009) apply to this acquisition. Specific applicable clauses cited within FAR 52.212-5 are as follow: 52.219-6, Notice of Total Small Business Aside (June 2003) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 -Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36 Payment by Third Party (May 1999). DFARS Clauses: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009), specifically 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jul 2009); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.211-7003 Item Identification and Valuation (Aug 2008). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1084/listing.html)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: CCMI-RCY, Directorate of Contracting, Buidling 2364, Ocotillo Street Yuma AZ<br />
- Zip Code: 85365-9106<br />
- Zip Code: 85365-9106<br />
- Record
- SN01916246-W 20090820/090819000756-65871065f62bbe68aea6ee301655d5ad (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 |