SOLICITATION NOTICE
J -- Contractor shall provide repair services for the Air Traffic Control Communications System Radio components for Naval Air Station Whiting Field ground electronics - Package #1
- Notice Date
- 9/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Jacksonville, Navel Air Station, Bld 110, 3rd floor, 110 Yorktown Rd, Jacksonville, Florida, 32212, United States
- ZIP Code
- 32212
- Solicitation Number
- N68836-13-T-0356
- Archive Date
- 10/2/2013
- Point of Contact
- Learie O. Holder, Phone: 9045421060, Mattie Washington, Phone: 9045424452
- E-Mail Address
-
learie.holder@navy.mil, mattie.washington@navy.mil
(learie.holder@navy.mil, mattie.washington@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being requested and a written notice will not be issued. Solicitation N68836-13-T-0356 applies and is a Request for Proposal. The North American Classification System (NAICS) Code is 811213. This procurement is unrestricted. The size standard is $10 million. The NAVSUP Fleet Logistics Center (FLC) Jacksonville, intends to solicit for tear down, inspect and repair services for Air Traffic Control (ATC) communications system radio components manufactured by General Dynamics as listed in this combined/synopsis. The period of performance will be 01 October 2013 to 30 September 2014 with an option for four one-year periods. If an Offeror has any questions concerning this solicitation, it is recommended that questions are submitted in writing by 13 September 2013, 11:00: a.m. Proposals are due into the Contracting office NLT 17 September 2013 5:00 P.M. EDT. Prospective offerors shall submit their proposal by Email to: Learie.holder@navy.mil. Proposals will be evaluated on the basis of past performance and price. Successful offeror must be registered in the System for Award Management (SAM) to be eligible for contract award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811213 and the business size standard is $10 million. Fleet Logistics Center plans to solicit tear down, inspect and repair services for the following: 0001 Transmitter, VHF/AM CM200VT, Qty. 3 Ea. Transmitter, UHF/AM CM200UT, Qty. 3 Ea. Receiver, UHF/AM CM200UR, Qty. 3 Ea. Receiver, VHF/AM CM200VR, Qty. 2 Ea. Transceiver, AN/URC-200, Qty. 2 Ea. (See Attached Solicitation with Applicable Clauses). The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Past Performance, and price. Contractors rated unacceptable will not be considered for award. The Government will only consider firm fixed-price proposals. Offeror must complete and submit with the proposal FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012). Registration in the System for Award Management Registration (SAM) Database is a requirement for award, go to www.acquisition.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (on attached solicitation.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2768c20e4c2254eb1c8d2c034a6568af)
- Place of Performance
- Address: NAS WHITING FIELD, MILTON, Florida, United States
- Record
- SN03181542-W 20130912/130910235158-2768c20e4c2254eb1c8d2c034a6568af (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 |