Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

58 -- Bridgemaster Radar Systems And Operating Licenses

Notice Date
7/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T8608
 
Response Due
7/13/2007
 
Archive Date
8/12/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 13.5. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ); the solicitatin number is N61331-07-T-8608. The Naval Surface Warfare Center Panama City, FL (NSWC PC) intends to award a sole source contract to Sperry Marine, 1070 Seminole Trail, Charlottesville VA 22901, for procurement of thirteen (13) Bridgemaster E Militarized Radars Systems, thirteen (13) Bridgemaster-E Commercial Radar System Turning Unit, and Radar Electronic Units. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. This acquisition is not suitable for full and open competition for the following reasons: (1) NAVSEA has conducted an extensive qualification program for manufact urers of Landing Craft Air-Cushion (LCAC) radar systems and has determined it necessary to purchase the same radars for the Non-SLEP and SLEP craft, (2) Currently the Bridgemaster E Antennas, originally manufactured by Sperry Marine, has been installed on all completed SLEP LCACs and some of the non-SLEP (pre LCAC-61) LCACs, (3) This radar system, as previously installed, is integrated into the SLEP navigation hardware and software that will form the basis for the NDI replacement gear, and (4) Any other radar system would require extensive re-development, testing and qualification costs, and duplicating the logistics train established for the SLEP LCACs. Sperry Marine, as the Original Equipment Manufacturer (OEM), is the only known source for this equipment. Delivery will be to the Naval Surface Warfare Center, Panama City, FL 32407-7001. NAICS: 334511 applies, SBA Size Standard: 750 Employees, FSC 5840. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to donald.d.mcmanus@navy.mil, no later than 3:00pm (CST) 13, July, 2007. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past perfor mance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item convered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (4) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established price list; (5) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer fo r like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) June 22, 2007. Electronic quotes are encouraged to donald.d.mcmanus@navy.mil. Quote may also be faxed to (850) 234-4197 or delivered to NSWC PC, ATTN: Code XPS2/Donald. D. McManus, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407. Note 22 applies.
 
Web Link
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
 
Record
SN01337494-W 20070711/070709221643 (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.