Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

59 -- Signal Generator

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0625
 
Response Due
9/11/2009
 
Archive Date
9/26/2009
 
Point of Contact
Cecilia Clouse 562-626-7365
 
E-Mail Address
Use above email to contact the Contract Specialist
(cecilia.m.clouse@navy.mil)
 
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 RFP number is N00244-09-T-0625. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. 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: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This solicitation is issued as competitive "Unrestricted". The NAICS code is 334515 and the Small Business Standard is 500. The Fleet & Industrial Supply Center, Seal Beach, CA requests responses from all interested offerors for the following supplies and installation: CLIN 0001- SIGNAL GENERATOR, quantity of one (1) each in support of the Pacific Tracker Platform Project. The following specifications apply; FREQUENCY RANGE 250 Khz - 20 GhzSTEP SIZE: 0.01 (Minimum)RESOLUTION:.01 Hz resolution (Minimum)DWELL TIME PER STEP: 1 mil sec to 60 sec (Minimum)MODULATION: Internal Pulse ModulationRF COVERAGE:.01 to 2.2 GHz with digital down converter Must provide product literature or data for above item with quote. Deliver FOB Destination to NAS Corona, Ca 92860. Required delivery date is on or before 31 December 2009. The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting the requirement" 2) Past Performance, and 3) Price. Technical Capability and Past Performance when combined are approximately equal in importance to price. Technical Capability shall be evaluated based on the information provided in the quotation. Past Performance will be evaluated to determine the overall quality of the products and services, provided by the contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and /or information from other sources. Quoters shall provide a list of three (3) references to whom the same or similar products have been sold. The list of references shall include the name of the reference contact person; the contract number, the amount of contract and the address, telephone number, fax number, email address of the Contracting Officer, and the date of delivery or the date services were completed. This is an Open-Market Combined Synopsis/Solicitation for a SIGNAL GENERATOR in accordance with the above Specifications. The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: technically acceptable offer with the lowest total cost for the listed item in the specification shown above. The final award price will be based on a combination of price and delivery and contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The offeror shall include a statement "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.", or list any exception(s) and rationale for the exception(s). 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 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): 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 Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contrac! tor Registration; 52.233-3 Protest After Award. 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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit a quote, which shall be considered by the agency. Award Criteria: Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. To be determined technically acceptable the Offeror must furnish technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the SOW. 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, (9) FOB Point, (10) Business size, (11) GSA contract number if applicable, payment terms, and all applicable specifications rega! rding 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 Offerors 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/. Offerors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This announcement will close and quotes must be received no later than3:00 PM Local Time, on 09/11/2009. Any questions regarding this solicitation must be forwarded in writing via email to the Contract Specialist at Cecilia.m.clouse@navy.mil. Email quotations to Cecilia.m.clouse@navy.mil. Quotations submitted as an attachment to an email should be sent in Word Version 6.0 or higher to include the following: (1) A quotation which addresses CLIN 0001 pricing and earliest delivery date (2) The technical proposal and (3) Past Performance data. Faxed quotes will not be accepted. All questions regarding this solicitation must be submitted in writing to the above listed contract specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024409T0625/listing.html)
 
Place of Performance
Address: 2300 Fifth St, Corona, CA
Zip Code: 92860
 
Record
SN01924968-W 20090827/090825235811-90167a90667e0c91b6030e26d18e5575 (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.