Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

99 -- IRobot PackBot Spare Parts

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0274
 
Response Due
7/9/2010
 
Archive Date
7/24/2010
 
Point of Contact
ISABELITO M CABANA 619-532-2557
 
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-274. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2007913. It is the responsibility of the contractor 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.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541712 and the Small Business Standard is 500. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). 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 bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Following is list of requirement: CLIN 001 - IROBOT PackBot Spare Parts - 1 Group QTYITEMDESCRIPTION2017845Kit,Adjustable Gripper Finger,Manipulator 1.0,PackBot2018105Kit,Composite Window,780 Camera,PackBot4018285Kit,Main Track,Rounded,Pair,PackBot4018287Kit,Flipper Track,Rounded,Pair,PackBot2017364Kit,Hand Controller,Fischer Conn,no Hard Drive, PackBot718616Kit,Chassis,Adapter Cradle,PackBot2010636Assy,Cbl,Audio Video,A/V,PackBot EOD,PCC1012128Assy,Cbl,PCC Pwr,w/Tinned Leads,PackBot EOD2012129Assy,Cbl,PCC Pwr,Amphenol Conn,PackBot EOD513618Kit,AC Adapter,PCC,PackBot2011076NiCad Battery Pack with LCD PowerDisplay *2012123Kit,Antenna,1/2 Wave,2.45 GHz Flexable Whip,PCC,PackBot EOD408011Kit,Communications Antenna,PackBot2018050Kit,Composite Window,Sony 980,Manipulator 1.0, PackBot Delivery Schedule ARO is 20 weeks; Delivery Location is San Diego, CA 92155. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items ; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003).52.247-34, F.O.B. Destination (NOV 1991)Quoters [shall include] OR [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 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 including:DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)DFARS 252-204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007)DFARS 252.225-7001 Buy American Act And Balance of Payments Program (JUN 2005) DFARS 252-232-7003 Electronic Submission of Payment Requests (MAR 2007)DFARS 252-243-7001 Pricing of Contract Modifications (DEC 1991) This announcement will close at 9:00 am on July 9, 2010 PST. The Contract Specialist for this acquisition is Isabelito M. Cabana who can be reached at 619-532-2557 or email Isabelito.cabana@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Email submission to Isabelito.cabana@navy.mil is preferable. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0274/listing.html)
 
Place of Performance
Address: Explosive Ordnance Disposal Expeditionary Support Unit One, 3500 Attu Rd, Bldg 104, San Diego, CA
Zip Code: 92155
 
Record
SN02193666-W 20100703/100701234824-cd0fa890f64fa33b13a24669dc345663 (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.