MODIFICATION
23 -- Bomb Cart(s) - Updated Specifications; Inclusion of Provisions/Clauses
- Notice Date
- 9/20/2011
- Notice Type
- Modification/Amendment
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE11T1001
- Response Due
- 9/22/2011
- Archive Date
- 11/21/2011
- Point of Contact
- Major Daniel J. Octaviano, 618-220-5006
- E-Mail Address
-
Surface Deployment and Distribution Command (SDDC)
(daniel.octaviano@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government intends to issue a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. FAR Part 13 procedures are being used for this acquisition. Questions concerning this solicitation should be directed to Major Dan Octaviano, Contract Specialist via email to daniel.octaviano@us.army.mil. Applicable NAICS code for this procurement is 333924. LINE ITEMS: See Specification Attachment(s) DELIVERY / PLACE OF PERFORMANCE: Required Delivery Date: 60 days after date of award APPLICABLE CLAUSES & PROVISIONS: The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may be accessed electronically at http://farsite.hill.af.mil/) 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.232-18, Availability of Funds 52.247-34, FOB Destination 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A, Central Contractor Registration (52.204-7)--Alternate A 252.211-7003, Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.232-7010, Levies on Contract Payments 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (1) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (2) The ability of the offeror to quote/provide the required tech support on 100% of the items identified on the attached spreadsheet (i.e., "all or none" basis). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 52.212-3, Offerors Representations and Certifications -- Commercial Items. The Online Representations and Certifications Application (ORCA) is the preferred web-based tool for retrieving offerors' current Reps and Certs. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the paper-based provisions FAR 52.212-3 and DFARS 252.212-7000 are also acceptable and shall be returned with the quote. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited within this clause are applicable: _x_ 52.203-6 Restrictions on Subcontractor Sales to the Government; _x_ 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; _x_ 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; _x_ 52.222-3 Convict Labor; _x_ 52.222-19 Child Labor Cooperation with Authorities and Remedies; _x_ 52.222-21 Prohibition of Segregated Facilities; _x_ 52.222-26 Equal Opportunity; _x_ 52.222-35 Equal Opportunity for Special Disabled Veterans; _x_ 52.222-36 Affirmative Action for Workers with Disabilities; _x_ 52.222-37 Employment Reports on Veterans; _x_ 52.223-18 Contractor Policy to Ban Text Messaging While Driving; _x_ 52.225-13 Restrictions on Certain Foreign Purchases; _x_ 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited within the clause are applicable: _x_ 52.203-3 Gratuities; _x_ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; _x__252.225-7001 Buy American Act and Balance of Payments Program _x_ 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; _x_ 252.243-7002 Requests for Equitable Adjustment; _x_ 252.247-7022 Representation of Extent of Transportation by Sea; _x_ 252.247-7023 Transportation of Supplies by Sea 52.214-55, Evaluation of Bids for Multiple Awards. OFFER SUBMISSION: If Online Reps and Certs are non-existent in ORCA, please remember to include the completed paper-based provisions with your offer. Submit offer by email to daniel.octaviano@us.army.mil. OFFER DUE DATE/LOCAL TIME: 22-September-2011, 3:00 PM CST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fa201f09d145c4e53b9cdc189fb6f14b)
- Place of Performance
- Address: Surface Deployment and Distribution Command (SDDC) ATTN: SDAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Zip Code: 22332-5000
- Record
- SN02584384-W 20110922/110920235659-fa201f09d145c4e53b9cdc189fb6f14b (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 |