Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOLICITATION NOTICE

81 -- Rack Mount and Transit Cases

Notice Date
7/14/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE XPS1 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133108T0055
 
Response Due
7/18/2008
 
Archive Date
8/2/2008
 
Point of Contact
Stacy Figlinski 850-235-5842 , or Contracting Officer Wanda Cutchin at 850-636-6140
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-08-T-0055. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award on a Sole Source basis a firm-fixed price contract to Environmental Container Systems, Inc., dba ECS Composites, 3560 Rogue River Highway, Grants Pass, Oregon 97527-4640. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. Use of the listed ECS Composites products fulfills the following requirements: ECS Composites is the provider of custom made equipment transit cases for DJC2. These transit cases are essential components of the DJC2 infrastructure support suite. These products provide storage and protection for mission-critical equipment during inclement weather (humidity, water intrusion, solar loading, etc.) and transportation (shock and vibration). These items currently fit within a specific location in the load plan, and are tested and fielded parts of the system. These items are currently an approved part of the system configuration and will minimize the impacts to configuration management and procurement lead time. Due to the rapid procurement and fielding requirements of the DJC2 Joint Program Office, there is no window for testing and approval of an alternate system. Purchase of this hardware from this manufacturer is deemed essential due to the programs rapid timeline. Items purchased will be used for production and fielding of a warfighter deliverable in accordance with the required delivery date of the requisitions. The following are being procured: CLIN 0001: 7903 TSC OPE Case, 3U green, part number 00110967, 35 eachCLIN 0002: 7304 TSC OPE Case, 4U green, part number 00111883, 2 eachCLIN 0003: 7904 TSC OPE Case, 4U green, part number 00111884, 1 eachCLIN 0004: 7306 TSC OPE Case, 6U green, part number 00111239, 2 eachCLIN 0005: 7309 TSC OPE Case, 9U green, part number 00111885, 10 eachCLIN 0006: FRP Transit Case, green, STE Phones, part number 00022236, 4 eachNAICS CODE IS 326199. Small Business Size Standard is 500 employees. FSC is 8145. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. 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 NSWC PCD, no later than 3:00pm (CST) 18 July 2008. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offerors name, address, point of contact, phone and fax numbers, e-mail address; (3)offerors DUNs number, CAGE code and TIN number; (4) documentation that shows the offerors 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 performance 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) in lieu of Past Performance data, offeror can include a copy of the current catalog or established price list for the item covered by the offer, or a statement that such catalog or established price list: is regularly maintained; is published or otherwise available for inspection by customers; states the prices at which sales are currently made to a number of buyers, 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; a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offerors most favored customer for like items in similar quantities under comparable conditions;(9) if FOB Origin, specify one shipping charge. OTHER TERMS AND CONDITIONS: 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) 18 July 2008. Electronic quotes are encouraged to Stacy Figlinski at stacy.figlinski@navy.mil. Quote may also be faxed to (850) 234-4251 or delivered to NSWC PCD, ATTN: Code XPS1/Stacy Figlinski, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407-7001.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a487924a12d7ecc703be32c693d9b320&tab=core&_cview=1)
 
Record
SN01613428-W 20080716/080714222629-a487924a12d7ecc703be32c693d9b320 (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.