Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

70 -- Brand Name - Belden Multi conductor cables

Notice Date
2/4/2025 4:54:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK25Q0009
 
Response Due
2/13/2025 1:00:00 PM
 
Archive Date
02/28/2025
 
Point of Contact
Andrew Bragason
 
E-Mail Address
andrew.a.bragason.civ@army.mil
(andrew.a.bragason.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTE** Please see W91ZLK-25-Q-0008 For similar items being requested*** This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13.5, Simplified Procedures for Certain Commercial Items and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number: 2025-03. Effective Date: 01/17/2025. This solicitation is issued as a request for quotation (RFQ). The solicitation number is W91ZLK-25-Q-0009. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is being solicited as Full and Open Competition represented by NAICS Code 335921. This requirement will be awarded as a Firm-Fixed Price type contract to the Lowest Priced Technically Acceptable (LPTA) offeror. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of The Aberdeen Testing Center requires Quantity: 30. Each. Item Belden Multi conductor cable Specific Requirements is defined in the attached Purchase Description (PD). The Contractor shall specify estimated delivery date, unit prices, and any commercial warranties with quote submissions. Quotes shall specifically address each requirement listed in this document. Partial quotes will NOT be evaluated by the Government. This award is set-aside 100% for small business. All Items WITHOUT EXCEPTION must be new and manufacturer's warranty information must be included. All submissions must be BAA Compliant and clearly annotated on the quotation. See ATTACHED Purchase Description for Brand Name Only Delivery and Installation will be made FOB Destination to: US Army Aberdeen Test Center 6850 Lanyard Road, BLDG 358, Aberdeen Proving Ground, MD 21005 Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The non-cost factors are the technical requirements, in accordance with the specifications and description attached. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offer. The technical evaluation will be a determination based upon information provided by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make award without discussions. Quotations and Attachments must be sent via email at: Attention Andrew Bragason via email at Andrew.a.bragason.civ@army.mil NLT Thursday, 13 February 2025 at 4:00 PM ET. Late submissions will not be evaluated. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or through the Federal Service Desk at http://www.FSD.gov. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://www.acquistion.gov The following clauses and provisions are incorporated by reference: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JAN 2019 52.217-6 Option for Increased Quantity Mar 1989 52.217-7 Option for Increased Quantity-Separately Priced Line Item Mar 1989 52.222-50 Combating Trafficking in Person NOV 2021 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. JUN 2016 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-1 Disputes MAY 2014 52.242-15 Stop-Work Order AUG 1989 52.243-1 Changes--Fixed Price AUG 1987 52.246-16 Responsibility For Supplies APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.219-7011 Notification to Delay Performance JUN 1998 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7007 Prohibition on Acquisition of Certain Items From Communist Chinese Military Companies DEC 2018 252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013 252.225-7012 Preference For Certain Domestic Commodities DEC 2017 252.225-7015 Restriction on Acquisition of Hand Or Measuring Tools JUN 2005 252.225-7021 Trade Agreements--Basic DEC 2017 252.225-7048 Export Controlled Items JUN 2013 252.227-7015 Technical Data--Commercial Items FEB 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.247-7023 Transportation of Supplies by Sea APR 2014 EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35fa118789494c6496a8c20af8f825a3/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07332546-F 20250206/250204230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.