Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOLICITATION NOTICE

36 -- Circuit Shredder

Notice Date
7/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025303Q0217
 
Response Due
7/28/2003
 
Archive Date
8/27/2003
 
Point of Contact
S. Durham 360-396-5157 Naval Undersea Warfare Center Division Keyport, Attn.: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Fax 360-396-7036
 
E-Mail Address
Email your questions to S. Durham, Purchasing Agent
(sdurham@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-0217. The solicitation documents incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-14. The applicable NAICS Code for this requirement is 333291 and has a size standard of 500 employees. The purchase order line items are: CLIN 0001: 1 each circuit shredder P/N SSI15-550E or equal to meet the following characteristics: System Description: 19? x 19? Cutting Chamb er, 10 HP Single Direct Drive Motor (TEFC), ?? 4140 HT Cutters w/50 Hooks to fill ? of the cutter stack, ?? 4140 HT Cutters w/50 hooks to fill ? of the cutter stack, Standard Infeed Hopper, Standard Stand (up to 60?). Design Features: Individually Removable Cleaning Fingers, High Strength Alloy Shafts, Gear Reducer-Field Changeable, Proprietary Bearing Protection, Removable End Plate Assembly Frame, Full Electrical Controls: 460V/3ph/60hz, Programmable Controller, Amperage Overload Reversing, Auto Shutdown on Frequent Reversal, NEMA 4 Enclosure. Services: Complimentary Testing of your Material, System Factory Tested Prior to Shipping, Documentation: 3 Sets of Operations & Maintenance Manuals, Standard Commercial Warranty information required. Delivery of all items to be on or before 30 AUG 03. FOB Destination ? Naval Undersea Warfare Center Division Keyport, Keyport, WA 9 8345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, FAR 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors. The Purchase Order 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. As noted in FAR Clause 52.211-6 Brand Name or Equal, offerors including equal products of the brand name(s), must clearly identify the proposed item(s) by brand name and make or model number and include descriptive literature such as illustrations, cuts, drawings, and procedures that show?s a products characteristics of construction or explains its operation. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the f ollowing price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors 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 52.215-5 Contract Term s 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: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disable 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, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 525.212-7001 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 cit ed in this clauses are applicable to this acquisition: 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, 252.227-7015 Technical Data-Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The following DFAR clauses are incorporated by reference. Quotes/Offers are due no later that 28 JUL 03, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Commercial Simplified Procedures shall be used for this pr ocurement. Firms interested in submitting quotes must (1) complete the pricing 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.gov). Any questions should be submitted in writing via the fax number provided above or e-mailed to sdurham@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.html. 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 non responsive and result in rejection of the same.
 
Web Link
NUWC Division Keyport, Acquisition
(http://kpt-eco.kpt.nuwc.navy.mil/)
 
Record
SN00373120-W 20030718/030716213852 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.