Federal Bid

Last Updated on 07 Jun 2010 at 8 AM
Combined Synopsis/Solicitation
Yuma Arizona

67--Trajectory Tracker System

Solicitation ID W9124R10T1025
Posted Date 31 Mar 2010 at 9 PM
Archive Date 07 Jun 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Yuma Arizona United states 85365
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.

Combination Synopsis/Solicitation: Trajectory Tracker System
Solicitation Number: W9124R-10-T-1025
Response Due Date: 08 April 2010 at 12:00 PM MST
Technical Questions Due Date: 06 April 2010 at 12:00 PM MST

This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) are 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) 2005-39, effective 19 March 2010 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100315 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 as a method of payment. This CSS is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective 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 in accordance with FAR 52.211-6 Brand Name or Equal to Instrument Marketing Corporation (IMC), model number SITT-M1. IMC is located at 820 S. Mariposa St., Burbank, CA 91506-3108. The Government will award this requirement to the lowest price, technically acceptable offeror. This contract will be for the procurement of the following item: Contract Line Item Number CLIN 0001, Quantity of one (1) each, Trajectory Tracker System. The salient characteristics for this CSS, or any other pertinent information applicable to this solicitation is located at the Mission and Installation Contracting Command Center - Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-10-T-1025. All quotations shall include any transportation 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-10-T-1025 and emailed or sent to the Point of Contact (POC) below no later than 08 April 2010 at 12:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be e-mailed to the POC listed below no later than 06 April 2010 at 12:00 PM MST. 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. All quotations shall include pricing for all CLINs as award will be made on an all or none basis. Offerors shall provide the best delivery date for all items.

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. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009); FAR 52.247-34 F.O.B. Destination (Nov 1991); 52.203-3 Gratuities (Apr 1984). The following FAR clauses and provisions are incorporated by full text: FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Feb 2010). Specific applicable clauses cited within FAR 52.212-5 are as follows: 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), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-36 Payment by Third Party (Feb 2010), 52.222-54 Employment Eligibility Verification (Jan 2009), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) is also incorporated by full text. The following DFARs clauses and/or provisions shall also be incorporated into the CSS and resultant contract: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009), specific applicable clauses cited within DFAR 252.212-7001 are as follows: 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), 252.247-7023 Transportation of Supplies by Sea (MAY 2002), 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), 252.243-7002 Requests for Equitable Adjustment (1998). DFARs 252.211-7003 Item Identification and Valuation (Aug 2008) is incorporated by full text and 252.232-7010 Levies on Contract Payments (Dec 2006) is incorporated by reference. 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.


Bid Protests Not Available

Similar Past Bids

Dahlgren Virginia 27 Aug 2019 at 6 PM
Yuma Arizona 04 Dec 2006 at 5 AM
Location Unknown 24 Feb 2009 at 11 PM
Yuma Arizona 01 Apr 2009 at 8 PM
Alexander North carolina 27 Sep 2021 at 9 PM

Similar Opportunities

Warren Michigan 06 Aug 2025 at 4 AM (estimated)
Warren Michigan 06 Aug 2025 at 4 AM (estimated)
Burbank California 06 Aug 2025 at 6 PM
California 23 Jul 2025 at 9 PM