Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

63 -- GUIDED WAVE RADAR LEVEL TRANSMITTER

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-04-Q-0564
 
Archive Date
8/2/2004
 
Point of Contact
Ernestine Barnes, Contract Specialist, Phone 757-396-8277, Fax 757-396-8503, - Cindi Newcomb, Supervisory Contract Specialist, Phone 757-396-8352, Fax 757-396-8368,
 
E-Mail Address
barneses@nnsy.navy.mil, newcombcb@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCMENT CONSITITUED THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITION WILL NOT BE ISSUED. Solicitation number N00181-04-Q-0564 is issued as a Request for Quotations and quotes are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. The NAICS classification is 334511 with a standard size of 750 employees. FISC, Norfolk Naval Shipyard Annex intends to make a firm fixed price award for: ITEM 0001: Twelve (12) Each, Guided Wave Radar Level Transmitter, Supply Cable, Clamps to include the following specifications: (1) Time Domain Reflectomtry Transmitter (2) 13.5-36 VDC loop ? Powdered (3) 4-20 mA outlet (4) Hart Protocol (5) Scrolling LCD Display with linearization Table (6) Dual Compartment Aluminum Housing with window. (7) Universal field replacement electronics module. (8) Menu driven. (9) Push Button configuration and calibration without the need for auxiliary computer interface and software (10) Monel Coupler with Teflon Insulator, Unmeasurable area at top and bottom of sensor to be zero (0.00?). (11) 30 ft of Monel cable, Dual Monel Cable Clams, customer will cut cable to length for each caisson. (12) 316 Stainless Steel 24? long housing extension to move transmitter above deck. (13) Complete start-up commissioning and, an training for equipment will be included with award of contract . (14) Certifified Drawing included with equipment. ITEM 0002: Five (5) Each, 4 Channel Field Indicator/Controller for a Guided Wave Radar Level Transmitter to include the following specifications: (1) Field indicator/controller, (2) Nema 4X fiberglass enclosure, (3) Universal Supply Voltage 8-30 VDC 02 102-140 VAC, (4) Large transflective/backlit 6-digital and bargraph display, (5) Ability to read and power 4-20 mAdc input signal, retransmit 4-20 mA, (6) Menu-driven field programmable 10 amp Output Relays with plug-in terminal connections, (7) Engineering Units in Feet, Inches, Gallons, Percent Level, Percent Volume, (8) Password Protected, (9) Transmitter-Four Channel Configurations, (10) Complete start-up, commissioning, and traning for equipment will be included with award of contract, (11) Certified drawings included with equipment. Quote best delivery as delivery maybe a factor of award.Delivery shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000, Inspection/Acceptance at Destination. FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5 incorporating 52.222-21, 52.222-26. 52.222-35, 52.222-36, 52.222.37, 52.232-33 as applicable. ADDENDA: DFAR 252.212-7001 incorporating 252.225-7001, DFAR 242.204-7004 REQUIRED CENTRAL REGISTRATION. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule, and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/Yellow/Green program as follows: (A) This procurement is subject to the Navy Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS ? CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: price, past quality performance and other factors considered. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal form quote, etc.) but must include the following information: (1) Complete mailing address/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN); (5) Cage Code(6) All completed certifications as required herein. All responses must be received by 2:00 PM local time, 30 Jul 200. Questions/responses relative to this solicitation may be faxed to (757) 396-8503 or e-mailed to: barneses@nnsy.navy.mil. Phone requests are not authorized and will not be accepted.. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.dtic.mil/dfar. Information relative to CCR may be obtained via 1-888-227-2423 or http://www.ccr.gov.
 
Place of Performance
Address: FLEET INDUSTRIAL SUPPLY CENTER, NORFOLK NAVAL SHIPYARD ANNEX
Zip Code: 23709-5000
 
Record
SN00629778-W 20040725/040723212758 (fbodaily.com)
 
Source
FedBizOpps.gov 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.