SOLICITATION NOTICE
58 -- Dual Frequency Antenna
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Fleet and Industrial Supply Center Det., 800 Seal Beach Blvd, Seal Beach CA 90740
- ZIP Code
- 90740
- Solicitation Number
- N0024405T0778
- Response Due
- 7/21/2005
- Archive Date
- 8/20/2005
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-0778. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 20050323. 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is334220 and the Small Business Standard is 750 employees. This is a sole source action with Dayton-Granger Inc, Fort Lauderdale, FL. Dayton Granger is the Original Manufacture of a dual frequency antenna (433 MHz and 1.75-185 GHz) for the subsystems of the Large Area Tracking Range and Tactical Combat Training Ranges. Dayton-Granger possess all the drawings and data rights to the antenna. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001 Dual frequency antenna, P/N LVF10-612-1 Rev J, 67 EA; Delivery is 60 days ARO. FOB Destination. Place of delivery is Oceana Tacts, Virginia Beach, VA 23460. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.! B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Repres! entations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Anticipated award date will be 7/22/05! . Fax quote to 562-626-7877 or Email: Rachel.McFarland@navy.mil
- Web Link
-
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00844799-W 20050713/050711212321 (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 |