Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2009 FBO #2742
SOLICITATION NOTICE

34 -- Metalworking Machinery

Notice Date
5/28/2009
 
Notice Type
Presolicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017809R3043
 
Response Due
6/10/2009
 
Archive Date
7/10/2009
 
Point of Contact
Angie Headley 540-653-7097 Angie Headley,Voice: 540-653-7097,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items 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. FAR Subpart 13.5 will be used. The solicitation number is N00178-09-R-3043. This acquisition is issued as a Request for Proposal (RFP). The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. 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 proposals received will be considered by the Government. The Dahlgren Division, Naval Surface Warfare Center (NSWCDD) intends to award a sole source contract to Rofin-Sinar, Inc, 40984 Concept Drive, Plymouth, MI 48170 for the following: CLIN 0001 one each Rofin DC050 Diffusion Cooled CO2-Slab Laser Standard Version (Part Number 500-0002-3) with Output power 5000 watts, no gas flow design, integrated RF power supply, pre-mix gas bottle integrated into laserhead, packaged to NEMA 12 and IP54 standards, clear text fault and diagnostic messages, extensive control and monitoring circuits, standardized R-S interface, configured for 400 or 480 volt, 50 or 60 Hz operation, standard R-S color scheme; Laser Head Stand with Adjustment (Part Number 250-0035-X); Chiller for DC040/DC045/DC050 (460V, 3PH, 60 Hz supply) air cooled condenser (Part Number 4104-0507); laser operating voltage 480V, 50/60 Hz (Part Number 000-LASERVOLT-480); internal ATFR mirror (back reflection optical isolator) (Part Number 224692); laser gas regulator (Part Number ! 2204-0120); laser gas regulator with cylinder pressure sensor, 0-350 PSI (Part Number 2204-0125); Rofin Sinar special premix gas cylinder (Part Number 200-0901-2); internal alignment diode (Part Number 224299); Kit, 230V to 24V Interface upgrade relays (Part Number 250-0934-1); and installation (Part Number 000-INST5). Standard warranty applies. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-32, Effective 14 May 2009 & DFARS Change Notice 20090115 dated 15 January 2009. The North American Industry Classification System (NAICS) Code associated with this procurement is 333992 and the FSC is 3438. The small business size standard is 500 employees. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items (Factors used to evaluate offers are: (1) technical capability to meet the Government requirement, (2) past performance, and (3) price.); FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (May 2009) Subparagraphs (a), (b)1, 16, 17, 18, 19, 20, 21, 22, 23, 28, (d) and (e) apply; FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement ! Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). Subparagraphs (a), (b) 4, 5, 14, 15, 16, 17, 19, 20(i), 21, and (c) apply; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The Government will award a Firm Fixed-Price contract. Pricing shall be FOB Destination Dahlgren, VA; therefo! re the proposal must include all applicable shipping charges. To assist in determining whether the prices quoted in your offer under subject solicitation are "fair and reasonable" in accordance with Federal Acquisition Regulation (FAR) requirements, your cooperation is requested in submitting the following information: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list is regularly maintained and is published or available for inspection by customers along with the current sales prices. (c) A statement that these items are commercial and sold to the general public at the prices listed in the above referenced catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. I! f the offeror is unable to provide the information requested above, the offeror is requested to submit the pricing information on the three most recent sales of the items being procured or similar items. This information should include: date of sale; quantity; unit price; customer contract number and customer contact information. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. The closing date is 10 June 2009 at 1200 noon, Eastern Time. Anticipated Award date is 30 June 2009. All items shall be priced FOB DESTINATION, Dahlgren, VA. Electronic quote submission is encouraged at angela.headley@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: CXS13-13, 17632 Dahlgren Road, Suite 157, Dahlgren, VA 22448-5110. For questions, call (540) 653-7097, email angela.headley@navy.mil or fax (540) 653-6810, Attn: Code CXS13-13 and reference Request for Proposal number N00178-09-R-3043. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Vendors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are b! ased on the contractor's EFT information contained in the CCR database. This synopsis will close on __10 June 2009__ at 12:00 noon ET. Please use reference number N00178-09-R-3043 when responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R3043/listing.html)
 
Record
SN01830264-W 20090530/090529000244-4689e2a4123c06ea98959f4bcc0d3d5b (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.