Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

70 -- General purpose information technology equipment

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914Q0763
 
Response Due
9/5/2014
 
Archive Date
9/20/2014
 
Point of Contact
Anita Spriggs 215-697-9641 Kenneth Bullock, 215-697-9640
 
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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-14-Q-0763. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 201400828. 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 334614 and the Small Business Standard is 750. The proposed contract action is for a Link Management System, Part #116-A1543, 2 each, plus training, for which the Government intends to solicit and negotiate with only Northrup Grumman, under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received by the closing response 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. Delivery Schedule is 5 months after date or order. Delivery Location is the Joint Interoperability Division, Pope AAF, Fort Bragg, NC. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. In accordance with FAR 5.102(a)(6), the required justification is attached. The following FAR provision and clauses are applicable to this procurement. Provisions: FAR 52.212-1, Instructions to Offerors ”Commercial Items; 52.212-3, Alt I, Offeror Representations and Certifications-- Commercial Items; 52.217-5, Evaluation OF Options; 52.217-8; DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year Appropriations; 252.212-7000, Offeror Representations and Certifications--Commercial Items. Quoters shall include a completed copy of 52.212-3 and its Alt I with quotes. Clauses: FAR 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; DFARS 252.204-7004 Alt A, System for Award Management; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; and 252.232-7006, Wide Area workflow Payment Instructions. This announcement will close at 6:00 PM, Eastern Standard Time on 05 September 2014. Contact Anita Spriggs, Contract Specialist, Code 290.1B, NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office, who can be reached at telephone 215-697-9641, fax 215-697-9569, or email anita.spriggs@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. System for Award Management (SAM): http://www.sam.gov/. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/#1. 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. Quotations 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/FISCDETPHILA/N0018914Q0763/listing.html)
 
Place of Performance
Address: Joint Interoperability Directorate
Zip Code: 2449 Surveyor Street, Building 718
 
Record
SN03484587-W 20140830/140829022130-4c9b65670ec34342d2d39acceb7782f1 (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.