Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SOLICITATION NOTICE

59 -- Umbilicals and Terminations Kits

Notice Date
3/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025303R0018
 
Archive Date
4/20/2003
 
Point of Contact
Melanie Powers (360) 315-3384
 
E-Mail Address
Email your questions to powersm@kpt.nuwc.navy.mil
(powersm@kpt.nuwc.navy.mil)
 
Description
This requirement, in support of Naval Undersea Warfare Center (NUWC) Division Keyport, WA, is for four (4) items as follows: (1) 1 each GIPS Armored Umbilical (P/N PRC-A67948-001) consisting of two layers of galvanized steel strain members with an overall diameter of 31.7 +- 4mm. Configured with: nine 1.93mm power conductors with XLPE insulation rated for 3000 volts, four 1.5mm power conductors with XLPE insulation rated for 3000 volts, 2 Twisted Shielded Quads, 1 RG59 Coax, and 3 Single Mode Fiber Optic elements (steel tube). This is a 4000-foot cable for use with the existing launch and retrieval system (LARS); (2) 1 each GIPS Armored Termination Kit (P/N DWG-D67950-001), both ends, no mushroom; (3) 1 each Unarmored Umbilical (P/N PRC-A67949-001) consisting of Kevlar strain member with an overall diameter of 31.5 +- 4mm. Configured with: nine 1.93mm power conductors with XLP E insulation rated for 3000 volts, four 1.5mm power conductors with XLPE insulation rated for 3000 volts, 2 Twisted Shielded Quads, 1 RG59 Coax, and 3 Single Mode Fiber Optic elements (steel tube). This is a 2500-foot lightweight cable for flyaway conditions where the weight and size of the LARS is an issue for responding to a recovery operation; and (4) 1 each Unarmored Termination Kit (P/N DWG-D67951-001), both ends, with Kellums grip. This requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) with Perry Slingsby Systems, Inc., as implemented by FAR 6.302-1. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requiremen t or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete 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. This 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; a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-03-R -0018. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-12. The applicable NAICS Code for this requirement is 334511 and has a size standard of 750 employees. Required delivery: on or before 30 June 03. 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. 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 Offerors Representation and Certification-Commercial Items and 252.225-7020 Trade Agreements Certificate with their quote. Following are additional FAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions - Com mercial items and 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 Clause 52.212-5 are applicable to this acquisition: 52-203-6 Restrictions on Subcontractor Sales to the Government (Alt I), 52.219-8 Utilization of Small Business Concerns, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled 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, and 52.232-33 Payment by EFT-CCR. Following are additional DFARS Clauses applicable to this acquisitio n: 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 FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7021 Trade Agreements, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea, and 242-247-7024 Notification of Transportation of Supplies by Sea. The following DFARS clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.225-7017 Prohibition on award to companies owned by the People?s Republic of China. Quotes/Offers are due no later than 21Mar 03, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable a ssigned rating for this requirement is DO-C9. Commercial Simplified Procedures shall be used for this procurement. Award will be made on all or none basis on, or about 30 March 2003. No bidders list will be maintained by this office. Firms interested in submitting quotes must: (1) complete the pricing, (2) complete all representations and certifications found in the required clauses, (3) submit manufacturer information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov ). Any questions should be submitted in writing via the fax number provided above or e-mailed to powersm@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www. arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.h tml. 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.
 
Web Link
NUWC Division Keyport, Acquisition
(http://kpt-eco.kpt.nuwc.navy.mil/index.asp)
 
Record
SN00272708-W 20030308/030306213744 (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.