Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2010 FBO #3105
SOLICITATION NOTICE

58 -- MULTISTATIC DEPENDENT SURVELLIANCE SYSTEM

Notice Date
5/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0248
 
Response Due
6/1/2010
 
Archive Date
7/1/2010
 
Point of Contact
Deborah Reid 562-626-7865 562-626-7274 fax
 
E-Mail Address
Click here to contact Contract Specialist
(deborah.reid@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 RFQ number is N00244-10-T-0248. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41 and DFARS Change Notice 20100507. 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 500 employees. The Fleet and Industrial Supply Center, San Diego, Seal Beach Division, The proposed contract action is for a brand name products from qualified sources capable of providing SENSIS Multistatic Dependent Surveillance Systems. Equipment are replacement and upgrade for existing microwave communications system at MCAGCC, 29 Palms, CA. System shall consist of the following: Item 0001 PWA CPU, P/N 130-005172-G004 3 ea; Item 0002 OMI Antennas, P/N 170-011375-G001 6 ea; Item 0003 Rest Assembly Stage P/N 170-018335-G001; Qty 2 ea; Item 0004 Radio Assembly, P/N 170-019382-G002 1 ea. Delivery is FOB Destination 29 Palms, CA. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based upon 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 costs expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government.The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation-Commercial Items (paragraph (a) Award will be made to the Offeror that meets the solicitation's minimum criteria for 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 specification).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. Destination52.212-5, 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, E! mployment Reports on Special Disabled Veterans, 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; 252.247-7024, Notification of Transportation of Supplies by Sea; 52.217-9, 252.232-7003, Electronic Submission of Payment Requests; 5252.232-9402, Invoicing and Payment (WAWF) Instructions. 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 register 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. All responsible sources may submit a quote which shall be considered by the agency.The Government intends to make a single award to the responsible Offeror whose offer meets the technical requirements set forth in the salient characteristics and provides the lowest price to the Government. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms and price.Any questions regarding this solicitation should be forwarded to the Contract Specialist, Deborah Reid, at 562-626-7865 or email deborah.reid navy.mil. Fax proposal to 562-626-7275. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. All quotes shall include price(s), delivery schedule, and point of contact and phone number, GSA contract number if applicable, business size, FOB point, CAGE code, Dunn and Bradstreet number, Tax Identification Number, and payment terms. Each response must clearly indicate the manufacturer and part number that is being quoted. Offers should be made based on an anticipated award date of 04 Jun 2010. This announcement will close at 1:00 PM Local Time, 01 Jun 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0248/listing.html)
 
Place of Performance
Address: Training Liaison OfficeBldg 1707 Rm 123 Bourke St, 29 Palms, CA
Zip Code: 92278
 
Record
SN02157782-W 20100526/100524234154-b81fa11925f07069977aa822dd7366e6 (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.