Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
SOLICITATION NOTICE

66 -- Flash Point Tester

Notice Date
4/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
143 AW/MSC, RIANG Base Supply Building, 5 Minuteman Way, North Kingstown, RI 02852-7547
 
ZIP Code
02852-7547
 
Solicitation Number
W912LD-11-T-0058
 
Response Due
5/12/2011
 
Archive Date
7/11/2011
 
Point of Contact
Christopher Hunsberger, 401-275-4273
 
E-Mail Address
143 AW/MSC
(christopher.l.hunsberger@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 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 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; quotes are being requested and a written solicitation will not be issued. This requirement is being issued as a Combined Synopsis/Solicitation number W912LD-11-T-0058. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The Rhode Island Air National Guard has a requirement for a Flash Point Tester. The salient characteristics for tester are listed in the product description attachment. The solicitation issue date is 27 April 2011. The closing date is 12 May 2011 NLT 10:00 AM ET. A single firm-fixed price contract is contemplated and is 100% Set-Aside for Small Business. The North American Industry Classification System Code is 334513 and the Size Standard for Small Business is 500 employees or less. Evaluation Criteria to obtain Best Value to the Government will be Price provided the item meets all salient characteristics listed below. Pertinent RFQ documents are located at the following website: https://acquisition.army.mil/asfi/. All amendments to this RFQ and/or supporting documents will be posted on this web site as well. All interested parties are encouraged to visit this website often for all updates associated with this solicitation. All Request for Information (RFI) must be emailed to the POC at the below email address and must be submitted NLT 5 days prior to the Closing Date. The Government reserves the right to accept RFI(s) after the Closing Date for clarification purposes. All contractors interested in this project must register at the above stated website. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and through Department of Defense Acquisition Regulation Change Notice 20110120. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.246-1 Contractor Inspection Requirements; 52.246-16 Responsibility for Supplies; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registrations; DFARS 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7000 Buy American Act; DFARS 252.225-7001 Buy American Act; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website http://orca.bpn.gov/; if Representations and Certifications have been completed on Orca, provide DUNS code. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm. Point of Contact for this proposed requirement is TSgt Christopher Hunsberger, 401-275-4273, or christopher.l.hunsberger@us.army.mil. Salient Characteristics for Flash Point Tester (See product description attachment) PLEASE PROVIDE YOUR QUOTE FOR THE ITEMS LISTED BELOW: Description QTY PRICE AMOUNT 0001 Flash Point Tester 1 $ _________ $________ 0002Draft Shield 1 $ _________$________ 0003Temp Check Box 1 $__________$________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37-1/W912LD-11-T-0058/listing.html)
 
Place of Performance
Address: 143 AW/MSC RIANG Base Supply Building, 5 Minuteman Way North Kingstown RI
Zip Code: 02852-7547
 
Record
SN02434362-W 20110429/110427234414-f0a07933faf4efb66b93c4f30641912d (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.