SOLICITATION NOTICE
67 -- Optical Camera and Spares
- Notice Date
- 5/1/2009
- Notice Type
- Presolicitation
- NAICS
- 333314
— Optical Instrument and Lens 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
- N0024409T0350
- Response Due
- 5/11/2009 11:59:00 PM
- Archive Date
- 5/26/2009
- 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 is a Request for Quotation (RFQ); the solicitation number is N00244-09-T-0350. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS https://www.fedbizopps.gov and NECO https://www.neco.navy.mil/. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090115. 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 h! ttps://www.acqnet.gov/far and https://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333314 and the Small Business Standard is 500 employees. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach intends to solicit on a unrestrictive competitive basis for the following: CLIN 0001, (4 Each) Optical Scoring Camera System (Lowlight), CLIN 0002, (2 Each) Spare Option Packages In Accordance With Statement of Work set forth in Attachment 1. Delivery of all items to be completed within 120 days after award. Items shall be shipped FOB Destination. Place of delivery is the Naval Base Coronado, San Diego, CA 92135-7062 All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The Fleet and Industrial Supply Center, Seal Beach Detachment intends to award a firm-fixed price order based on the following: technically acceptable offer with the lowest total cost for the listed items. The specific brand name products are required to upgrade two (2) remote camera sites and assemblies at the Southern California Offshore Range (SCORE), on San Clemente Island. The equipment and assemblies as specified were researched, tested and are a part of an existing system configuration. The upgrade systems shall be fully compatible with and requiring no modifications to the ranges' operational display system and software. Only new items will be accepted, no used or refurbished material should be quoted. 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): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 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 Veteran! s, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union dues or fees; 52.232-33, 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 Alt I; 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 completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors-a combination of price, a determination of responsibility/technically acceptable low bids and delivery. To be determined technically acceptable the Offeror must furnish product literature and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capabili! ty of the quoter to meet all specifications and requirements. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) Current Pricing (2) RFQ number (3) Company Name and Address, (4) Point of contact, phone and fax numbers (5) Current CCR Registration CAGE Code, (6) Offered delivery time, (7) Tax Identification Number, (8) Dunn and Bradstreet number, (8) FOB Point, (9) Business size, (10) GSA contract number if applicable, payment terms, and all applicable specifications regarding this solicitation. (11) Provide copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. This announcement will close and Quotes must be received no later than 3:00 Local Time, May 11, 2009. Fax proposal to 562-626-7275 or Email: cindy.tafoya@navy.mil. Oral communications are not acceptable in response to this notice. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or hig! her. Do not mail.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd879e9e5f40571fe88b474303834d40&tab=core&_cview=1)
- Record
- SN01806765-W 20090503/090501220857-67a0182c6c845aa8bbdb458e69bb5c67 (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 |