Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

66 -- ION IMPLANTER

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-09-R-MJ02
 
Point of Contact
Mary A. Johnson, Phone: 2027672021, Joseph C Ely, Phone: 202-767-5227
 
E-Mail Address
mary.johnson@nrl.navy.mil, joseph.ely@nrl.navy.mil
(mary.johnson@nrl.navy.mil, joseph.ely@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-09-R-MJ02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-35 and DFARS Change Notice 20090721. The associated small business size standard is 500. NRL has a requirement for: CLIN 0001 (Qty 1 LO) ion implanter, Varian model 350D or equal, to be installed at the Naval Research Laboratory, Washington, D.C. and CLIN 0002 (Qty 1 LO) service and operation manuals. The complete specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/09mj02.htm Delivery, installation and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. The system shall be completely installed and acceptance tests completed no later than January 15, 2010. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6 with Alt 1, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-15, 52.225-13, 52.232-29, 52.232-30, 52.232-33. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.225-7036, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-0494 (primary) or (202) 767-0430 (alternate). In addition, proposals may be transmitted by e-mail to mary.johnson@nrl.navy.mil (primary) or joseph.ely@nrl.navy.mil (alternate) in either Microsoft Word or pdf format. If facsimile proposals are authorized, contracting officers may request offeror(s) to provide the complete, original signed proposal at a later date. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 01 June 2007 which are hereby incorporated by reference. The full text is available at: http://heron.nrl.navy.mil/contracts/13onsite.htm Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than five business days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Mary Johnson, Code 3201. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-09-R-MJ02/listing.html)
 
Place of Performance
Address: Naval Research Laboratory, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN01893421-W 20090801/090731000059-e5b3d3d7aace0f93903efbcc11e30d08 (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.