Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

59 -- Printed wiring boards

Notice Date
10/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025303Q0001
 
Point of Contact
Judith Walls 360-396-7036 (fax)
 
E-Mail Address
Email your questions to RFQs@kpt.nuwc.navy.mil
(RFQs@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-03-Q-0001. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-09. This requirement will be negotiated on other than full and open competition basis in accordance with 10 USC 2304(c)(1) with Dynaco Corporation, 1000 S Priest Dr, Tempe AZ 85281-5328 as implemented by FAR 6.302-1. The applicable NAICS Code for this requirement is 334412 and a size standard of 500. The contract line item is: CLIN 0001: Printed wiring board, rigid flex, Dynaco Part Number 3081402, Rev U (to Rev R artwork using options for Rev U construction materials), NSN none, Quantity 35 each. CLIN 0002: Printed wiring board, rigid flex, Dynaco Part Number 3081399-1, Rev W, NSN: none, Quantity 35 each. Required Delivery to be on or before 15 November 2002. FOB Destination - Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other ev aluation factors, award will be made to the low offeror based on price and the following price evaluation factors: (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions?Commercial Items, Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disa bled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT?CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 252.243-7002 Requests for Equitable Adjustment. The following DFARs clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration and 252.225-7017 Prohibition on award to companies owned by the People?s Republic of China. FAR Clause 52.219-6 Notice of T otal Small Business Set-Aside is incorporate by reference. It is the intention of NUWC, Keyport to solicit and award this requirement as a Small Business Aside, in accordance with FAR clause 52.219-6. Quotes/Offers are due no later than Friday, 27 Sep 02, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-A6. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing for all CLINs providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.2000.com/). Any questions should be submitted in writing via the fax number provided above or e-mailed to jwalls@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://deskbook.dau.mil. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same. Note 22 applies.
 
Web Link
http://kpt-eco.kpt.nuwc.navy.mil
(http://kpt-eco.kpt.nuwc.navy.mil)
 
Record
SN00180655-W 20021004/021002213420 (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.