Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2005 FBO #1286
SOLICITATION NOTICE

95 -- Front Metal Cover Assembly for Radar Equipment

Notice Date
6/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-T-0131
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
A(i) 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. (ii) This solicitation number N00421-05-T-0131 is issued as a competitive small business set aside request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is a competitive Small Business Set-Aside. NAICS is 332710 applies with a size standard of 500 employees. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 AN/UPM-155 Cover Assembly Part #8040004979-1 Rev G (Qty 10 Each). This procurement will be procured utilizing the characteristics as delineated in the attached drawing list Attachments 1 thru 5 of this solicitation, all offers meeting or exceeding the technical parameters will be evaluated. You may access the four page drawings and the fifth page attachment (of part numbers) by contacting Donald.Mumbert@navy.mil until 2 June 2005 or during the week of 6 June 2005 contacting Ms. JoAnn Gough at Joann.Gough@navy.mil or by accessing the NAVAIR webpage at http://www.navair.navy.mil/doing_business/open_solicitations/ referencing N00421-05-T-0131. Award will be made to the lowest priced, technically acceptable offeror. (vi) Offers will be evaluated on a strict pass/fail basis. (vii). All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall be as follows: quantity 5 delivered within 30 days after contract award, with remaining 5 delivered within 60 days after contract award, FOB Destination. Ship unit to: NAWCAD Receiving Officer, Bldg 8115, Villa Road Unit 11, St Inigoes, MD 20684-0010, Inspection and Acceptance atDestination. (viii) FAR 52.212-1 Instructions to Offerors Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal including Price Proposal, Certifications and Representations, and Descriptive Literature. Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the characteristics stated in the Attachments. (ix) FAR 52.212-2, Evaluation Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) Notice of Small Business Set Aside, FAR Clause 52.219-6. (xii) Item Identification and Valuation; 252.211-7003. (xiii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. (xiv) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xv) Price proposal, and descriptive literature are due by 2:30p.m. EST, 9 June 2005 at the Naval Air Warfare Center Aircraft Division, Bldg 8110, Unit 11, Villa Rd, St Inigoes, MD 20684-0010 Attn: Code 251212, JoAnn Gough. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xvi) Name and telephone number of individual to contact for information regarding the solicitation:JoAnn Gough, (301) 995-8690, fax (301) 995-8670, e-mail: joann.gough@navy.mil. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals. For additional information regarding (xii) Item Identification and Valuation; 252.211-7003, go to the following website: http://www.acq.osd.mil/dpap/UID/
 
Place of Performance
Address: Contractor site.
 
Record
SN00821083-W 20050604/050602235053 (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.