Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

13 -- REMOTE ORDNANCE NEUTRALIZATION SYSTEM ROBOT.

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-LA003
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Paula Desantis, Contract Specialist, Phone 757-443-2064, Fax 757-443-2067, - Paula Desantis, Contract Specialist, Phone 757-443-2064, Fax 757-443-2067
 
E-Mail Address
paula.desantis@navy.mil, paula.desantis@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ/PR N00189-07-T-LA003 A subsequent solicitation document WILL NOT be issued. The FISC Norfolk Contracting Department intends to purchase on an unrestricted "sole source basis" the following items: REMOTE ORDNANCE NEUTRALIZATION SYSTEM ROBOT. 01 RADIO UPGRADE KIT, ITEM #B2455-8560 02 POWER SUPPLY BOARD ASSEMBLY ITEM #B2455-8590 Delivery will be no later than 30 days after award and the following FAR provisions and clauses, incorporated by reference, apply to this solicitation: FAR 52.204-7 Central Contractor Registration (JUL 2006); FAR 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006) ALTERNATE I (APR 2002)(The offeror has completed the annual; representations and certifications electronically via the ORCA website http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items have been entered or updated in the last twelve months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation as of the date of this offer and are incorporated in this offer by reference; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007; within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2007, the following clauses apply and are incorporated by reference: FAR 52.222-3 Convict Labor (JUN 2003); FAR 52.222-19 Child Labor-Corporations with Authorities and Remedies (JAN 2006); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Viet Nam Era and Other Eligible Veterans (SEP 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006); FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006); and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). In addition, the following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7004 Required Central Contractor Registration-Alternate A (NOV 2003); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); DFARS 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a standard form 1449 which identifies the requested items, the unit prices, extended prices, total price, prompt payment terms, remittance address, TAX ID#, Duns#, and Cage Code. Responses to this synopsis/solicitation are due no later than 27 September 2007 at 13:00 (1:00 PM EDT). Offers may be sent via the U. S. Postal Service, FAX at (757) 443-2067, email at paula.desantis@navy.mil or paula.desantis@navy.mil. The mailing address is Fleet and Industrial Supply Center, 1968 Gilbert Street Suite D606, Contracting Department, Attn: Paula De Santis Code 210A1, Norfolk, Virginia 23511-3392. Reference RFQ/PR N00189-07-T-LA003 on the proposal. NAICS 333999, Size Standard 500. Number Notes 22 - The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)1)(ii).
 
Place of Performance
Address: Fleet and Industrial Supply Center, 1968 Gilbert Street Suite D606, Contracting Department, Attn: Paula De Santis Code 210A1, Norfolk, Virginia . Reference RFQ/PR N00189-07-T-LA003
Zip Code: 23511-3392
Country: UNITED STATES
 
Record
SN01420505-W 20070927/070925225212 (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.