SOLICITATION NOTICE
H -- Full Service, Calibration and Testing for Model 1.2A Hayberbaric Gas Analyzers
- Notice Date
- 9/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910T0611
- Response Due
- 9/27/2010
- Archive Date
- 10/12/2010
- Point of Contact
- LTJG Jeff Rigby 757-443-1732
- 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 N00189-10-T-0611. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2001019. 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 334513 and this is a competitive, action restricted to small business. The Fleet and Industrial Supply Center-Norfolk, VA requests responses from qualified sources capable of providing: CLIN 0001 Annual Preventative Maintenance: Full Service, Calibration and Testing for Model 1.2A Hyperbaric Gas Analyzers 21 EA Delivery is 30 September 2010. The proposed contract action will contain zero options. Delivery Location is SEAL Delivery Vehicle Team Two OR FOB Origin 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: FAR 52.204-7, Central Contractor Registry FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 and its ALT I, 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 FAR 52.215-5, Facsimile Proposals FAR 52.247-34, FOB Destination FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.204-7004 Alt. A, Central Contractor Registry Alt 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 including DFARS 252.232-7010, Levies on Contract Payments DFARS 5252.243-9400, Authorized Changes by Contracting Officer DFARS 5252.NS-046P, Prospective Contractor Responsibility DFARS 5252.204-9400, Contractor Access to Federally controlled facilities and/or Unclassified system information or Unclassified IT Systems The proposed contract is intended to be awarded as sole source action to Geotechnical Instruments Limited. This announcement will close at 01:00pm Eastern Standard Time on 27 SEPTEMBER 2010. Contact LTJG Jeff Rigby who can be reached by phone at 757-443-1732 or email jeff.rigby@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: [FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price technically acceptability & past performance. FAR Part 13: This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Certain Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a simplified/streamlined acquisition process will be used in the evaluation and award of this contract. 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. 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0611/listing.html)
- Record
- SN02289098-W 20100922/100920235114-58cfd41aca34bb3497898fa5949df3cd (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 |