Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2004 FBO #0950
SOLICITATION NOTICE

70 -- HP 744i Processor Board with Option 120 and 128MB Ram

Notice Date
7/1/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025304Q0212
 
Response Due
7/13/2004
 
Archive Date
8/12/2004
 
Point of Contact
Jaime Jerde (360) 315-3586 Jaime M Jerde, Ph: (360) 315-3586, Fax: (360) 396-7036, Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610
 
E-Mail Address
Email your questions to Jaime Jerde, Contract Specialist
(JerdeJM@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-0212. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-24. The applicable NAICS Code for this requirement is 334111 and a size standard of 1000. The contract line items are: CLIN 0001: HP744i with Option 120 and 128MB Ram (P/N A4511A-120), Quantity 12 Each. Delivery to be within 30 days after date of contract award, FOB Destinat ion - Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. Partial quantities will be considered for award. 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 evaluation factors, award will be made to the low offeror based on price. (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 provisions with their quote: 52.212-3 Offerors Representation and Certification-Commercial Items (Alt I), 252.209-7001 Disclosure of Ownership or Control By the Government of a Terrorist Co untry, 252.212-7000 Offeror Representations and Certifications ? Commercial Items, 252.225-7000 Buy American Act - Balance of Payments Program Certificate, and 252.247-7023 Transportation of Supplies by Sea. Following FAR clauses and provisions are applicable to this acquisition: 52.204-4 Printed/Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors, 52.212-3 Offerors Representation and Certification-Commercial Items (Alt I), 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition, 52.242-15 Stop-Work Order, 52.242-17 Government Delay of Work, 52.247-34 F.o.b. Destination, and 52.252-2 Clauses Incorporated By Reference. The following FAR clauses cited in Clause 52.212-5 are appl icable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I), 52.219-8 Utilization of Small Business Concerns, 52.222-3 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 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, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by EFT-CCR. Following DFARS clauses and provisions are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control By the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications ? Commercial Items, 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items, 252.225-7000 Buy American Act - Balance of Payments Program Certificate, and 252.247-7023 Transportation of Supplies by Sea. The following FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities, 52.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, and 252.243-7002 Requests for Equitable Adjustment. If the contractor provides a negative response to 252.247-7023 Transportation of Supplies by Sea, 242-247-7024 Notification of Transportation of Supplies by Sea will be included in any subsequent contract. Quotes/Offers are due no later than Tuesday, 13 July 04, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9 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.gov). (3) on a separate sheet of paper, state whether the offer complies or does not comply with the specifications. Identify any ?exceptions? to the specifications and state precisely how the offered supplies/services differ from the applicable specification paragraph(s). Any questions should be submitted in writing via the fax number provided above or e-mailed to JerdeJM@kpt.nuwc.n avy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. 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 1 applies.
 
Web Link
Keyport Acquisition Homepage
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00614188-W 20040703/040701212756 (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.