Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2003 FBO #0677
SOLICITATION NOTICE

59 -- VME Chassis and NTDS Xmit/Receiver Cable

Notice Date
10/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025303Q0002
 
Response Due
10/14/2003
 
Archive Date
11/12/2003
 
Point of Contact
H. Ely 360-315-3171 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 H. Ely, Purchasing Agent
(elyhg@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 N00253-04-Q-0002. This Requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(C)(1) and as implemented by FAR 6.302-1 with Tracewell Systems, Westerville, OH 43081. Dealers are invited and encouraged to submit quotes. The solicitation documents incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-16. The applicable NAICS Code for this requirement is 334111 and has a size standard of 1,000 employees. The contract line items are: CLIN 0001: Cable Assembly, NTDS type A/B Receiver Cable, used with the NTDS Card in Tech Rack for ATWCS, Quantity 32 each. Note: 2 of the 32 each to be provided as preproduction items. Remaining items not to be manufactured until final approval of preproduction items. Government review and approval time from for preproduction items to be 30 days after receipt of item. CLIN 0002: Cable Assembly, NTDS Type A/B Transmitter 36 inch used with the NTDS Card in Tech Rack for ATWCS, Quantity 32 each. Note: 2 of the 32 each to be provided as preproduction items. Remaining items not to be manufactured until final approval of preproduction items. Government review and approval time from for preproduction items to be 30 days after receipt of item. CLIN 0003: Chassis, VME, Custom VME chassis for TTWCS 14 inch height x 17 inch width x 16 inch deep, 12 slot front loading cooling provided voltage monitoring, Quantity 1 each. CLIN 0004: Chassis, VME, Custom VME Chassis TTWCS 14 inch height x 17 inch width x 16 inch deep, 12 slot front loading, bottom hinged shielded front door, 3 130 CFM fans mounted rear, Quantity 1 each. Delivery of 2 each of CLINs 0001 and 0002 to be within 7 weeks from date of award. Delivery of remaining quantities for CLINs 0001 and 0002 to be within 7 weeks after approval. Delivery of CLINs 0003 and 0004 to be within 7 weeks after date of award. 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. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items and 252.225-7000 Buy American Act-Balance of Payments Program Certification 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 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: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities & 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 Disab led 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 cited in this clauses are applicable to this acquisition: 252.247-7023 Transportation of Supplies by Sea and 242-247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration and 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Quotes/Offers are due no later that 09 Dec 02, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirem ent is DO-C9E. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended prices, (2) complete all representations and certifications found in the required clauses, ensure current registration in the CCR Central Contractor Registration database (http://www.ccr.gov). This notice of intent is not a request for competitive proposals. However, all proposals received within 7 days after the date of publication of this synopsis 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 for the purpose of determining whether to conduct a competitive procurement. 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 s olicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following 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 FAR 9.104. Commercial Simplified Procedures shall be used for this procurement. Any questions should be submitted in writing via the fax number provided above or e-mailed to elyhj@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 nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://kpt-eco.kpt.nuwc.navy.mil/)
 
Record
SN00447576-W 20031005/031003213211 (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.