Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

59 -- Electrical and Electronic Equipment Components

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025304Q0239
 
Response Due
8/16/2004
 
Archive Date
9/15/2004
 
Point of Contact
L. Kress 360-396-5158 Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
 
E-Mail Address
Email your questions to L. Kress, Purchasing Agent
(lkress@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Keyport, 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0239. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2001-24. This requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) with Elma Electronics Inc., as implemented by FAR 6.302-1. The applicable NAICS Code for this requirement is 334119 and has a size standard of 500. NUWC Division Keyport has a requirement for the following: CLIN 0001: 30 Each CPCI Power Supply, P! art Number E1910576. CLIN 0002: 10 Each Circuit Card Assembly, Part Number CAE001178. CLIN 0003: 20 Each Filter, Air, Part Number E502064-004. CLIN 0004: 20 Each Filter, Air, Part Number E502064-012. CLIN 0005: 20 Each Fan, Part Number E1980130. Required delivery to be within 30 days after date of contract. FOB Destination: NUWC Keyport, Keyport, WA 98345-7610. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors. Offerors are advised to include a complete copy of the provision at 52.213-3 Offerors Representation and Certification?Commercial Items, and 252.225-7000 Buy American Act?Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions?Commercial items, Clause 52.215-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items ! applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child Labor?Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition: 252.225-7001 Buy American Act?Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following DFAR Clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration. The following DFAR Clause 252.211-7003 has been added in full. Quotes/Offers are d! ue no later than 16 Aug 04, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). This notice of intent is not a request for competitive proposals. However, all proposals received within 7 days after the date of publicati on of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely for the purpose of determining whether to conduct a competitive procurement. The contract resulting from this solicitation will be awarde! d based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, a single award will be made to the low offeror based on price and the following price evaluation factors: (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.213-3 Offeror Representation and Certification?Commercial Items, with their quote. Any questions should be submitted in writing via the fax number provided above or e-mailed to lkress@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this offi! ce. No paper copies of this RFQ/amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00636074-W 20040805/040803213213 (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.