SOLICITATION NOTICE
13 -- Hand Held Signals: M127A1, M125, M159, M126, M158, M195. P/Ns: 12944407 M158; 12944402 M125; 12944404 M127; 12944410 M195; 12944408 M159; 12944403 M126. POC IS: JULIE COUGHLIN (309) 782-6139, E-MAIL: Julie.a.coughlin.civ@mail.mil.
- Notice Date
- 5/20/2011
- Notice Type
- Presolicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10R0126
- Response Due
- 7/6/2011
- Archive Date
- 9/4/2011
- Point of Contact
- Julie Coughlin, 309-782-6139
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(julie.coughlin@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Contracting Command - Rock Island (ACC-RI) intends to issue Request for Proposal (RFP) W52P1J-10-R-0126 for the family of Hand Held Signals. This procurement will be a 100% Small Business Set-Aside (SBSA) competition using Best Value/Trade-off source selection procedures, resulting in a three (3) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with range/matrix pricing. The contract type will be Firm Fixed-Price. Multiple awards are not anticipated. The identifying descriptions for each Hand Held Signals configuration are provided below. Detailed specifics of the technical and quality requirements will be provided in the solicitation. SIGNAL, ILLUM, GREEN STAR PARA, M195; NSN: 1370-01-342-6872; DODIC: L305 SIGNAL, ILLUM, RED STAR CLUSTER, M158; NSN: 1370-02-343-1966; DODIC: L306 SIGNAL, ILLUM, WHITE STAR CLUSTER, M159; NSN: 1370-01-345-4300; DODIC: L307 SIGNAL, ILLUM, RED STAR PARA, M126A1; NSN: 1370-02-343-1965; DODIC: L311 SIGNAL, ILLUM, WHITE STAR PARA, M127A1; NSN: 1370-01-341-5259; DODIC: L312 SIGNAL, ILLUM, GREEN STAR CLUSTER, M125A1; NSN: 1370-01-341-6282; DODIC: L314 The maximum quantities per Ordering Period (OP) for each configuration are as follows: Maximum Quantities DODIC; NOMENCLATURE; OP1; OP2; OP3; TOTAL L305; M195; 5000; 15,000; 15,000; 35,000 L306; M158; 45,000; 35,000; 35,000; 115,000 L307; M159; 55,000; 40,000; 40,000; 135,000 L311; M126A1; 30,000; 25,000; 25,000; 80,000 L312; M127A1; 7,000; 35,000; 70,000; 112,000 L314; M125A1; 5000; 30,000; 30,000; 65,000 TOTAL QUANTITIES 147,000; 180,000; 215,000; 542,000 The guaranteed minimum quantity is stated in terms of dollars and is $3,672,549.10, to be comprised of any combination of the six configurations. The response date listed above is for archive purposes only and is NOT the date in which offers are due. The date offers are due will not be issued until the solicitation is issued. ESTIMATED solicitation issue date is 3 June 2011. This is an estimated date only and may be subject to change. This solicitation will be issued electronically in accordance with FAR 4.502 and 5.102(a)(1); therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the Army Single Face to Industry (ASFI) Website at the following address via the internet: https://acquisition.army.mil/asfi/. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR) http://www/ccr.gov/. If you are not registered in CCR, you cannot be awarded a DOD contract. Questions may be addressed to the Contract Specialist, Julie Coughlin, email julie.a.coughlin.civ@mail.mil. The Technical Data Packages are classified as Distribution D limited distribution. These TDPs contain technical data whose import is restricted by the Arms Export Control Act, (Title 22, U.S.C., SEC 27 51 ET SEQ.) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provisions of DOD Directive 52 30.25. Offeror must be registered with the U.S./Canada Joint Certification Office to obtain the TDPs. **SPECIAL NOTICE** Per recent guidance and direction from the Director of Defense Procurement and Acquisition Policy (DPAP) regarding Improving Competition in Defense Procurements, if only one offer is received in response to this solicitation, then the Contracting Officer shall not depend on the standard at FAR 15.403-1(c)(ii) in determining the price to be fair and reasonable. Rather, the Contracting Officer shall use price or cost analysis in accordance with FAR 15.404-1 to make that determination. If the Contracting Officer believes that it is necessary to enter into negotiations with an offeror, the basis for these negotiations shall be certified cost or pricing data in accordance with FAR 15.403-1(c), DFARS 215.403-1(c) and FAR 15.403-3(b). Offerors are hereby notified of the potential requirement to provide certified cost or pricing data and enter into negotiations in the event that they are the only offeror under this procurement, regardless of whether adequate competition was anticipated during the development of proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1e334a67aa1f033983b31cb7a48c6e7)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AM Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02453382-W 20110522/110520234856-b1e334a67aa1f033983b31cb7a48c6e7 (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 |