SOLICITATION NOTICE
A -- VXI Multifunction measurement and control module
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025307T0240
- Response Due
- 7/23/2007
- Archive Date
- 7/23/2008
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2005-17. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation number for this requirement issued as a Request for Quotation (RFQ) N00253-07-T-0240. The applicable NAICS code for this requirement is 334515 and has a size standard of 500 employees. This procurement is being procured under full and open competition. No set asides are being used for this solicitation. NUWC Keyport requirements are: CLIN 0001: MEASUREMENT/CONTROL BRAND NAME OR EQUAL VXI TECHNOLOGY WITH OPTION 011. VXI MULTIFUNCTION MEASUREMENT AND CONTROL MODULE C SIZE VXI REGISTER BASE RESOLUTION 100 us TRIGGER COUNT 1 - 65535 OR INFINITE SAMPLE TIMER RANGE 10 us to 32768 ms RESOLUTION 0.5 us MEASUREMENT RESOLUTION 16 BITS MAXIMUM READING RATE UP TO 56K SAMPLES MEMORY 64 KSAMPLES MAX INPUT VOLTAGE NORMAL MODE PLUS COMMON OPERATING +/- 16 v PEAK DAMAGE LEVEL +/-42 PEAK SCP INPUT IMPEDANCE 100 MOHMS DIFFERENTIAL VXI DEVICE TYPE A16 , SLAVE ONLY REGISTER BASED CONNECTORS P1/2 VXI BUSES TTL TRIGGER BUS DRIVERS VXI PLUG/PLAY WITH SOURCE CODE. Offers shall be FOB Destination to NUWC Keyport WA 98345-7610 and shall be delivered no later than September 27, 2007. The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation ? Commercial Items. Evaluation for this requirement shall be: Lowest price technically acceptable after Red/Yellow/Green evaluation, FAR 52.212-3 Offerors Representation and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.204-7 Central Contractor Registration, and DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate. Offers shall complete all required documents for the above clauses. To access the provisions to be completed, down load the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. The following are additional FAR and DFAR clauses applicable to this acquisition. FAR Clauses: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/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, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Centr al Contractor Registration., DFARS clauses 252.212-7001, 252.225-7001 Buy American Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004A Required Central Contractor Registration. Quotes/Offers are due no later than 25 August 2006 at 1500 hours Pacific Time and may be faxed to (360) 396-7036 or e-mailed to yourkoskimj@kpt.nuwc.navy.mil. The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Lowest price technically acceptable offer. (2) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green database. Contractors interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all Representations and Certifications, DUNs Number information, and Buy American Act information found in the above clauses. Contractors shall ensure current registration in the DoD Central Contractor Registration database http://www.ccr.gov. Any questions should be submitted in writing via fax (360) 396-7036 or e-mailed to hansenk@kpt.nuwc.navy.mil. A bidders list will not be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time established may render an offer non-responsive and result in rejection.
- Record
- SN01344609-W 20070719/070717221837 (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 |