Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

70 -- HP A4511A Model 744/165L, OPT 120 w/graphics Processor

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305Q0116
 
Response Due
3/21/2005
 
Archive Date
4/21/2005
 
Description
This requirement is in support of the Naval Undersea Warfare Center Division 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 N00253-05-Q-0116. This acquisition is set aside 100% for Small Business. The solicitation documents incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-01. The applicable NAICS Code for this requirement is 423130 and has a size standard of 100 employees. The Government requires eleven (11) HP A4511A Model 744/165L, OPT 120 w/graphics Processors. Delivery of all items to be not later than: 5 May 2005. FOB Destination at Naval Undersea Warfare Center Division! Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (2) Delivery: Offerors must meet the required delivery date. (3) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions - Commercial items. Clause 52.215-5 Contract Terms and Conditions Required to Implement Statutes 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 & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disable Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 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. The following DFAR clauses cited in this clauses are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program, 252.227-7015 Technical Data - Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.2! 47-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Quotes/Offers are due no later that 21 March 2005, 08:00 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is Do-C9. 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). Award under this procurement will be made to the technically acceptable offer which provides the best value to the Government, price and pa! st performance considered. Past Performance: Past performance will be evaluated through the Navy Red/Yellow/Green Program. Technically Acceptable: In ordered to be determined technically acceptable, offerors must meet or exceed the requirements specified herein. Any questions should be submitted in writing via e-mail only to BrittonJF@kpt.nuwc.anvy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. No bidders list will be maintained by this office. 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 nonresponsive and result in rejection of the same. See Note 1.
 
Record
SN00767119-W 20050313/050311212238 (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.