Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2012 FBO #3980
SOLICITATION NOTICE

Z -- Maintenance - Surphaser 25HSX laser scanner - J&A

Notice Date
10/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
 
ZIP Code
20395-5720
 
Solicitation Number
N0001513RC11008
 
Archive Date
11/8/2012
 
Point of Contact
Linda F. Stowe, Phone: 3016694645
 
E-Mail Address
lstowe@nmic.navy.mil
(lstowe@nmic.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement and attachment constitutes the only solicitation; Quotations are being requested and a written solicitation will Not be issued. (ii) Solicitation number N0001513RC11008 is issued as a request for Quotation (RFQ). The government contemplates award of a Firm-Fixed priced contract. The period of performance is a base year and two (2) one-year options. The government will evaluate the options at contract award by adding the total price for all options to the total price for the basic requirement. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The North American Industry Classification (NAICS) Code is 811212. The Vendor shall provide maintenance renewal support for the Basis Software, Inc., Surphaser 25HSX laser scanner (S/N: HS_631). Responses for solicitation N0001512RC11008 are sought only from contractors who are authorized Re sellers or distributors for the Surphaser 25HSX laser scanner (S/N: HS_631) to provide maintenance support. The following FAR Provisions apply to this solicitation: FAR 52.212-1; FAR 52.212-2; FAR 52.212-3 ALT 1; FAR 52.212-4; and FAR 52.212-5. The following clauses are applicable to this solicitation: FAR 52.222-50; FAR 52.233-3; FAR 52.233-4; FAR 52.204-10; FAR 52.209-6; FAR 52.219-6; FAR 52.219-28; FAR 52.222-3; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.223-18; FAR 52.225-13; FAR 52.232-33; FAR 52.222-51; FAR 52.252-2; DFARS 252.203-7000; DFARS 252.204-7000; DFARS 252.212-70001; DFARS 252.232-7003; DFARS 252.237-7010; DFARS 252.7023 ALT III; SUP 5252.204-9400; 5252.232-9402; 5252.243-9400. The following option clauses are applicable to this solicitation FAR 52.217-5; FAR 52.217-8; and FAR 52.217-9. It is believed that no other company can provide this maintenance support, however; interested concerns may identify their interest and submit a capability statement that demonstrates their ability to provide the services required in the timeframe required. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. NO SOLICITATION IS AVAILABLE; THEREFORE, REQUEST FOR SUCH DOCUMENT WILL BE CONSIDERED INVALID RESPONSES. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Responses are due No Later than 24 October 2012, at 10:00 a.m.; EST and shall be submitted via email to lstowe@nmic.navy.mil. Responses received after 24 October 2012, at 10:00am; EST will not be reviewed. All questions regarding this requirement shall be submitted not later than 19 October 2012. Offerors must be registered in System For Award Management (SAM) formally known as Central Contractors Registration (CCR) database to receive a contract award. Information and registration are available at www.SAM.gov. The clauses and provisions are available in full text at https://www.acquisition.gov/far/. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. See the Attached J&A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4f5b496db9dec499e83db842c0919ff)
 
Place of Performance
Address: Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
Zip Code: 20395-5720
 
Record
SN02913479-W 20121017/121015233812-e4f5b496db9dec499e83db842c0919ff (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.