Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

58 -- Ultra Violet Pedestal Subsystem

Notice Date
9/6/2008
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0697
 
Response Due
9/16/2008
 
Archive Date
10/1/2008
 
Point of Contact
Cindy M. Tafoya 562-626-7378<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-08-T-0697. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. ! The NAICS code is 334511 and the Small Business Standard is 750 employees. The Government intends to acquire on a sole source basis with Rotating Precision Mechanisms Inc., Northridge, CA. RPM Inc is the original equipment manufacturer of the antenna pedestal/control system for the Multi-Spectral Threat Emitter System - Ultra Violet (MTES-UV). The required antenna pedestal/control system parts are required to be form, fit and functionally compatible with the units in the current system. RPM Inc has proprietary rights to the design, drawings, instrumentation, and test procedures for antenna pedestal/control system parts. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach has a request for the following: CLIN 0001-2 each, Azimuth Data Package, P/N 135515-1, CLIN 0002-2 each, Encoder, P/N 60432-1, CLIN 0003-2 each, Slip Ring Assembly, P/N 135520-1, CLIN 0004-2 each, Azimuth Encoder, P/N 60449-1, CLIN 0005-2 each, Brushless Motor, P/N 60648-2, CLIN 000! 6-2 each, Servo Controller, P/N 13550-1. Items shall be shipped FOB Destination. Delivery date 60 Days ARO. Place of delivery is Norco, CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with 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; 52.232-3! 3, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be complet! ed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the O! fferor that meets the solicitation's minimum criteria for past performance and technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 3:00 Local Time, September 16, 2008. Fax proposal to 562-626-7275 or Email: cindy.tafoya@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca3aefe095ce61fb7c4306d07c3082e7&tab=core&_cview=1)
 
Record
SN01662062-W 20080908/080906213910-8aff57d5b1f51458f77eb74ba82dc19a (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.