Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

59 -- ELECTRONIC EQUIPMENT

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-07-T-0098
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Point of Contact
Josephine Ocampo, Contract Specialist, Phone 757-893-2797, Fax 757-492-7954,
 
E-Mail Address
josephine.ocampo@vp.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-07-T-0098, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 30 June 2007. This procurement is a small business set-aside and the associated NAICS code is 334290 with a business size standard of 750 personnel. Quote requested is for Brand name only due to proprietary design of exising system. Manufacturer is IO Tech. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 DBK15 Universal Current /Voltage Input Card, Quantity 2 each CLIN 0002 DBK7 4-Channel Frequency Input Card Quantity 4 each CLIN 0003 DBK55 8-Channel Frequency Input Module Quantity 1 each CLIN 0004 DBK43A 8-Channel Strain Gage Input Module Quantity 3 each CLIN 0005 DBK25 8-Channel Relay Output Card Quantity 1 each CLIN 0006 DBK34A Uninterruptable Power Supply (UPS), DC Powerd Quantity 4 each CLIN 0007 DBK41 10-Slot Analog Expansion Enclosure Quantity 2 each CLIN 0008 DBK10 3-Slot Expansion Card Enclosure Quantity 4 each CLIN 0009 DBK18 4-Channel Low-Pass Filter Input Card Quantity 4 each CLIN 0010 DBK9 8-Channel RTD Input Card Quantity 2 each CLIN 0011 FM10 10 Hz Frequency Modules Quantity 4 each CLIN 0012 CA-132 8, 6-Ft Mini-DIN Cables Quantity 5 each CLIN 0013 CA-169 DIN Cable for Logbooks Quantity 10 each CLIN 0014 CA-170 DIN Cable for Portable Data Acquisition Products Quantity 10 each CLIN 0015 CA-172 Cigarette Lighter to Bare Leads Quantity 10 each CLIN 0016 Ear-Kit/1/BK Ear Kit for Logbook 300 Quantity 20 each CLIN 0017 Ear-Kit /0/BK Ear Kit for DBK43A Quantity 5 each CLIN 0018 Ear-Kit/0/BK/M Ear Kit for DBK10 Quantity 10 each CLIN 0019 HA-210-5-BK Handle Quantity 20 each Delivery Date is 10 days after receipt of order Deliver to 1636 Regulus Ave. Virginia Beach, VA 23461-2299 FOB Point: Destination Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors?Commercial Items SEP 2006 52.212-2 Evaluation Commercial Items JAN 1999 52.212-3 Offeror Representations and Certifications Commercial Items NOV 2006 52.212-4 Contract Terms and Conditions?Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items MAR 2007 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.219-7 Notice of Partial Small Business SetAside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Law ? Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.225-1 Buy American Act ? Supplies JUN 2003 52.232-33 Payment by Electronic Funds Transfer-Central OCT 2003 Contractor Registration 52.233-3 Protest After Award AUG 1996 52.242-4 Stop Work Order AUG 1989 52.247-34 F.o.b. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items APR 2007 252.225-7000 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act and Balance of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources as Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests MAR 2007 252.246-7000 Material Inspection And Receiving Report MAR 2003 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and delivery schedule. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 893-2797 or fax to (757) 893-2957. Offerors must submit quotes for all items listed on the solicitation. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 24 August 2007. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed or emailed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-07-T-0098/listing.html)
 
Place of Performance
Address: Naval Special Warfare Development Group 1636 Regulus Ave. Virginia Beach, VA
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01391683-F 20070901/070830231159 (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.