Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
SOLICITATION NOTICE

66 -- Instrumentation and Control Cable (Electro-Optical-Mechanical Steel Armored)

Notice Date
3/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-07-R-TA02
 
Response Due
4/12/2007
 
Archive Date
3/13/2008
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. The solicitation, N00173-07-R-TA02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2007-15 and DFARS Change Notice 20070212; Class Deviation 2007-O00001. The associated small business size standard is 1000. NRL has a requirement for, CLIN 0001, Electro-Optical Mechanical Steel Armored Instrumentation and Control Cable (32,810 feet), 1 EA, with Steel Shipping Reel. The complete specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/rfp/07ta02.htm. Delivery and acceptance is at Stennis Space Center-NRL, Bldg: 1005, Rm: D-15, Code 7430, Stennis Space Center, MS., 39529-5004., FOB Destination. Delivery shall be eighteen weeks after contract award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical Capabilities- Compliance with the enclosed technical specifications is of paramount importance. 2. Company Experience- The Contractor should provide convincing evidence of providing similar products delivered, installed and supported. 3. Past Performance- For evaluation purposes, the contractor should provide past performance information on contracts with Government agencies and private industry, which demonstrates quality of work. Demonstrating this should include lists of contacts with phone numbers of references. 4. Price- Technical Capability, Company Experience, and Past Performance when combined, shall be considered more important than price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3. The following additional DFARS clauses cited within this clause apply: 252.225-7012, 252.225-7014, 252.225-7021, 252.225-7036, 252.232-7003, 252.243-7002, and 252.246-7003. In addition, the following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original copy of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Tommy R. Albrecht, Contracting Specialist, Code 3230.TA. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Record
SN01250055-W 20070315/070313221424 (fbodaily.com)
 
Source
FedBizOpps 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.