Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

66 -- Thermal Analysis System

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-KK04
 
Response Due
6/10/2004
 
Archive Date
5/16/2005
 
Point of Contact
Kevin King, Contract Specialist, Phone 202-767-1495, Fax 202-767-5896, - Wayne Carrington, Contracting Officer, Phone 202-767-0393, Fax 202-767-5896,
 
E-Mail Address
king@contracts.nrl.navy.mil, carrington@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-04-R-KK04 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001- 22 and DFARS Change Notice 20040513. The associated small business size standard is 500 employees. NRL has a requirement for a thermal analysis system, including a modulated differential scanning calorimeter, and a thermogravimetric analyzer, along with requisite hardware and software to control the system, and an accessory to enable sample cooling below room temperature. Complete specifications can be found at: http://heron.nrl.navy.mil/contracts/RFP/04kk04.htm. Other business opportunities for NRL can be found at http://heron.nrl.navy.mil/contracts/listrfp.htm Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 45 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Also see Numbered Note 12. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1, FAR 52.225-3, FAR 52.225-13, FAR 52.232-33, FAR 52.247-64. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.203-3, DFARS 252.225-7012, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023, DFARS 252.247-7024. .The following additional DFARs clauses apply: 252.204-7004, 252.211-7003 The following additional FAR clause applies: 52.214-31. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00587305-W 20040519/040517212338 (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.