Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

J -- Preventive Equipment Maintenance of Quanx XRF Spectrometer and Nicolet 6700 Optical Spectrometer

Notice Date
1/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412TSPEC
 
Response Due
1/31/2012
 
Archive Date
2/15/2012
 
Point of Contact
Beverly Quevedo (808) 473-7620 Cherylann Kealoha-Guerrero, Purchasing Agent, Phone (808) 473-8000 X5541
 
E-Mail Address
Contracting Officer
(Beverly.Quevedo@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 FAR 13, 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 N00604-12-T-SPEC. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20111220. 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.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the Small Business Standard is $19M. This is a sole source action with Thermo Electron North America, 1400 N Point Pkwy, Ste 10, West Palm Beach, FL, 33407-1976. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). 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. The NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing on-site preventive maintenance & repair of the following equipment in accordance with current original manufacturer ™s equipment guidelines and Performance Work Statement (PWS): ITEM 0001 1 Group consisting of the following: Qty 1: Serial #107508QUANX XRF SPECTROMETER Qty 1: Serial #28378-001QUANX XRF SPECTROMETER Qty 1: Serial #AHR0701113NICOLET 6700 FTIR OPTICAL SPECTROMETER Qty 1: Serial#AGB0400286NICOLET 6700 FTIR OPTICAL SPECTROMETER Qty 1: Serial#AFK0401130NICOLET CONTINUUM IR MICROSCOPE Qty 1: SMART ORBIT FOR NICOLET X700 AND NEXUS Qty 2: OMNIC SOFTWARE UPGRADES SYSTEM TOTAL: Period of performance is 1 February 2012 through 31 January 2013. If the required period of performance cannot be met, an alternate schedule may be considered. Place of performance shall be within the Controlled Industrial Area at PHNSY & IMF, Quality Assurance Dept Lab Division, Bldg 1443, 1st Floor, Pearl Harbor, HI, 96860. Method of payment is by Wide Area Work Flow (WAWF). Unless otherwise specified in the order, the contractor 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-CCR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A CCR Registration 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7010, Levies on Contract Payments 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.246-7003, Notification of Potential Safety Issues 5252.232-9402, Wide Area Work Flow Quoters 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. This announcement will close at 4:00 PM HST on 31 January 2012. Contact Beverly Quevedo who can be reached at (808) 473-7620 or email Beverly.Quevedo@navy.mil. 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. Oral communications are not acceptable in response to this notice. The contract award will be based on a determination of responsibility lowest price technically acceptable. 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), Cage code, 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/N00604/N0060412TSPEC/listing.html)
 
Record
SN02664124-W 20120201/120130235004-6638a97db3eb7a7be5496ca4c30d4671 (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.