SOLICITATION NOTICE
69 -- PCS-200 Radar Simulator
- Notice Date
- 12/29/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N3596A05S14D1
- Response Due
- 1/10/2005
- Archive Date
- 1/20/2005
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for more information. This procurement is 100% Small Business set-aside. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number is RFQ N3596A05S14D1. This solicitation document and incorporated provisions and clauses are those in effect throu! gh Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. 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: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 541511 and the business size standard is $18.0. This is a sole source action with Buffalo Computer Graphics, 3741 Lake Shore Road, Blasdell, N.Y. 14219-2305. FISC San Diego request: 0001 PCS-200 Radar Simulator 1 EA, part number 01-210738. All items are to be delivered to: FLEASWTRACEN, Attention: Mario Viernes, Suite 100, 32444 Echo Lane, San Diego CA 92147-5199. Delivery shall be no later than 30 June 2005; acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality ! control. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clause: Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Co! ntract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remitta! nce addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. The DPAS rating for this solicitation is N/A. See Note(s) 1 & 22 (forty-five days is changed to read ten days). Quotes must be received no later than 3:00 PM, local time on January 10, 2005, and will be accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil). Contact Charles E. Fletcher II at (619) 532-2658 for any questions or comments. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each re! sponse must clearly indicate the capability of the quoter to meet all specifications and requirements. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
- Record
- SN00727850-W 20041231/041229211855 (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 |