Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

66 -- ANALYTICAL INSTUMENTS AND EQUIPMENT

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0271
 
Response Due
7/25/2012
 
Archive Date
8/9/2012
 
Point of Contact
SUSAN ROBERTS 7574431437
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 for commercial items found at 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 N00189-12-T-0271. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120629. 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 334516 and the Small Business Standard is 500. The proposed contract will be a Firm Fixed price contract for which the Fleet Logistics Center, Norfolk intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 proposals received by the closing 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. The Fleet Logistics Center, Norfolk requests responses from qualified sources capable of providing: Item 0001: Two (2) each- SATI/3A Sonic Anemometers Item 0002: One (1) each “ PAD-008 DataPacker The Sole Source provider is: Applied Technologies, Inc. 950 S. Sherman St, Longmont, CO 80501. The required delivery date is 27 Sep 2012; Delivery Location is USNA Annapolis MD 21402. 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 [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post award Small Business Program Representative 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 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer “ CCR 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference The following DFAR provisions and clauses are applicable to this procurement and are incorporated by reference: 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: 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 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A CCR Alt A 252.211-7003 Alt 1Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.225-7001 Buy American Act & Balance of Payments (Oct 2011) 252.247-7023 Transportation of Supplies by Sea 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area WorkFlow (WAWF) Payment Instructions 252.232-7010 Levies on Contract Payments 5252. NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) This announcement will close at 1300 EST on Wednessday 25 July 2012. Contact Susan Roberts who can be reached at 757-443-1437 or email susan.roberts2@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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0271/listing.html)
 
Place of Performance
Address: US NAVAL ACADEMY
Zip Code: 590 HOLLOWAY ROAD,, ANNAPOLIS, MARYLAND
 
Record
SN02810277-W 20120722/120720235318-055263e521caea9419b80f6b5cd85de2 (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.