Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

66 -- XSV-02 PROBES

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
PRN322091334Z079
 
Archive Date
12/29/2011
 
Point of Contact
William H. Shearer, Phone: 7574624470
 
E-Mail Address
william.shearer@navy.mil
(william.shearer@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 FEDBIZOPPS (http://fbo.gov/). The PR number is N322091334Z079. 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 334511. This procurement is a sole source procurement to the OEM Lockheed Martin Sippican, Inc., 7 Barabas Road, Marion, MA 02738-1421. The MSCHQ N1031, SMS FIELD DET LITTLE CREEK Requirement is for 48 each P/N300023-1 XSV-02 Probes. Probe must have useful life of two (02) years from date of shipment. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Delivery is required 60 days ARO. FOB Destination NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-7876); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 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; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 the following clauses apply and are incorporated by reference -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, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall 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: 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, within 252.212-7001 the following clause apply and are incorporated by reference -252.204-7003, Required Central Contractor Registration, with its ALT A; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III; 252.211-7003, Item Identification and Valuation. This announcement will close at 4:00 P.M. on December 14, 2011. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 22. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the low cost technically responsible offeror conforming to the solicitation. 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/. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to William.shearer@navy.mil, or faxed to (757) 462-7876. Reference PR N322091334Z079. JUSTIFICATION FOR SOLE SOURCE The service or material listed on N32209-1334-Z079 is sole source and competition is precluded for reasons indicated below. This acquisition is made under the authority of the test program for commercial items (Section 4202 of the Clinger Cohen Act of 1996). There are no commercial substitutes available for this material or service. Restricted to the following source. Lockheed Martin Sippican, Inc. 7 Barabas Road, Marion, MA 02738-1421 Karen.j.borges@lmco.com _X_ Description of the item or service required, the estimated cost, and required delivery date. 48 each P/N300023-1 XSV-02 Probes. Probe must have useful life of two (02) years from date of shipment. Delivery required 60 days ARO X_ Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. The XSV probes are required as a commercial product proprietary to Lockheed Martin as designed for use with the current MK 12 system on board the USNS ZEUS. X_ The requested material or service represents the minimum requirements of the government. X_ The material or service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. The probes are direct replacement for probes install in the Mark 12 launcher system installed onboard USNS ZEUS. Previous purchases history for XSV probes include: N32209-8095-NAOI NIO: 08-P-2523 N32209-6074-NA04 N I O:06-P-2528 X_ These are "direct replacements" parts/components for existing equipment. X_ Other information to support a sole source buy:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PRN322091334Z079/listing.html)
 
Place of Performance
Address: MILITARY SEALIFT COMMAND NWS YORKTOWN CHEATHAM ANNEX CAD 30 RECEIVING OFFICER DWY 17, Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN02635546-W 20111209/111207234950-92867304447793dabd8c473acfa1718a (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.