Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2007 FBO #1994
SOLICITATION NOTICE

W -- Rental of mini-Cone Penetrometer Test apparatus.

Notice Date
5/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Fleet & Industrial Supply Center Det., 800 Seal Beach Blvd, Seal Beach, CA 90740
 
ZIP Code
90740
 
Solicitation Number
N0024407T0529
 
Response Due
5/18/2007
 
Archive Date
6/17/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 clause may be accessed in full text at these addresses: www.acq.osd.mil/dp/dars and http://www.arnet.gov and http://www.farsite.hill.af.mil The solicitation number is N00244-07-T-0529. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and Defense Acquisition Change Notice 20070426. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $6.5M. The Navy requires the use of a mini-Cone Penetrometer Test (mCPT) system for seabed geotechnical analysis. The equipment must be capable of operating from a ship or barge in water depths of up to 500 meters. The equipment required includes the mCPT subsea equipment and a winch and cable system for deployment and recovery. The equipment will be operated by a team of five (5) Government personnel trained with operating mCPT equipment and hydraulically powered machinery. In order to meet the critical Navy schedules, the mCPT system is required by 12 June, 2007. Contract Line Item Number (CLIN) 0001 ? Equipment Rental 14 Days CLIN 0002 ? Samples 48 Each CLIN 0003 ? Standby Rental 76 Days SCOPE The contractor shall provide a mCPT system for a period of 90 days. The mCPT will be operated for a period of 14 days and will be in standby or transit for 76 days. The contractor shall provide all personnel, materials, equipment and facilities to complete the tasks outlined below: TASKS The contractor shall carry out the following tasks: 1. Equipment - The contractor shall provide a mini-Cone Penetrometer Test System to the Government for a period of 90 days. The mCPT system shall include the subsea unit, cable, winch, and overboarding sheave. The equipment shall be available beginning 12 June 2007, and will be returned not later than 10 September 2007. During the 90-day period, the equipment will be operated by Government personnel for a period of no more than 14 days, and will be in standby or transit for 76 days. The mCPT will make a total of 48 mCPT geotechnical sample ?pushes?. 2. Equipment preparation, test, and training of Government Personnel - The contractor shall prepare, test, and calibrate the mCPT system, as necessary, prior to shipment from the contractor facility. The contractor shall provide three days of training and familiarization for a team of Government field personnel at the contractor?s facility in conjunction with testing and calibration. 3. Loading/Unloading - The contractor shall arrange for loading and unloading of mCPT equipment to/from a Government-furnished truck during pick-up and return to the contractor?s facility. 4. Spares and Documentation - The contractor shall provide sufficient spares to conduct 14 days of mCPT operations, including 48 soil test ?pushes? with the mCPT device. The contractor shall provide documentation sufficient to make basic adjustments or repairs to the system. 5. Technical Support - The contractor shall be available for operations and maintenance technical support by telephone or email for a total of 12 hours during the 90-day contract period. Required Schedule is as follows: Contract Start: 12 June 2007 Equipment preparation and training: 13-15 June 2007 Equipment Shipment: 16 June 2007 Equipment Return: 09 August 2007 Contract End: 10 August 2007 The following provisions and clauses apply: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies as well as the following DFARS clauses 252.225-7001, Buy American Act and Balance of Payment Program; (ADD APPLICABLE CLAUSES: 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payment Program; 252.247-7024), Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items?Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the s olicitation's minimum criteria for technical acceptability at the lowest price. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. 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.) AWARD CRITERIA: Commercial Items is applicable to this procurement. The final award price will be based on a combination of price and delivery and contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. All quotes shall include price, a point of contact, name and phone number, business size and payment terms. Each response must clearly indicate the capability of the offeror to meet all specification and requirements or list any deviations when submitting your quote. This announcement will close at 1:00PM on 18 May 2007. Anticipated award date will be on or before 23 May 2007 Fax proposal to 562-626-7877 or Email: cuc.tran@navy.mil.
 
Web Link
Click here to more information about FISC San Diego
(http://www.navsup.navy.mil)
 
Record
SN01293235-W 20070513/070511221723 (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.