Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

59 -- loudspeaker

Notice Date
5/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-T-0534
 
Response Due
5/17/2002
 
Archive Date
6/1/2002
 
Point of Contact
Sharon Hundley, Purchasing Agent, Phone 757-445-2696, Fax 757-445-2687, - Sharon Hundley, Purchasing Agent, Phone 757-445-2696, Fax 757-445-2687,
 
E-Mail Address
sharon_b_hundley@nor.fisc.navy.mil, sharon_b_hundley@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Request for quotes are hereby requested under RFQ N00189-02-T-0534, a subsequent solicitation document will not be issued. FISC Norfolk Acquisition Group intends to purchase the following items: CLIN 0001, 75 EA LOUDSPEAKER, permanent magnet, part number LC-657/SIC MANUFACTURED BY DYNALEC CORP Reference NSN 5965-00-577-1242 overrall length 28 inches maximum, overrall height 6 inches maximum, overrall width 13 inches maximum, cubic measure 182 cubic feet, frequency response range in hertz 200.0/10000.0, mounting facility quantity 9, transducer type diaphragm, usage design outdoor, installation design nonportable, unpackaged unit weight 65 pounds, impedence rating in OHMS 4.0 voice coil nominal, mounting method unthreaded hole, style designator 31 rectangular/square enclosure, test data document 81349-MIL-L-24223C specification, FSC application data communications equipment FOB Point: Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are Incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (March 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 1999) (DEVIATION):, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-02-T-0534, Provisions and clauses which have been incorporated are those In effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (APR 1999) (DEVIATION), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998, DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause - (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor Information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services To identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items with unit price, extended price, prompt payment terms, remittance address, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by COB May 17 2002. All offers shall be mailed to; Norfolk Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: S. Hundley, Code 201B1, Norfolk, VA 23511-3392. Facsimile quotations are acceptable. The facsimile number is (757) 444-1728 Only written questions regarding this announcement will be accepted. Reference N00189-02-T-0534 NUMBER NOTE 1 APPLIES
 
Place of Performance
Address: NORFOLK, VA
Zip Code: 23321
Country: US
 
Record
SN00072317-W 20020508/020506213424 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.