Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

52 -- MEASURING TOOLS

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-T-0199
 
Response Due
8/31/2004
 
Archive Date
9/15/2004
 
Point of Contact
Kathy Lang, Contract Specialist, Phone (301) 757-9716, Fax 301-757-0200, - Linda Cullison, Contract Specialist, Phone (301) 757-9717, Fax 301-757-0200,
 
E-Mail Address
katherine.lang@navy.mil, linda.cullison@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number N00421-04-T-0199 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24 and DCN 20040625. The Government intends to solicit and negotiate on an OTHER THAN FULL AND OPEN COMPETITIVE BASIS with L. A. BENSON CO, INC, 3707 E. Monument St., Baltimore MD 21205-2910 under the authority of FAR 6.302-1. L. A. BENSON CO, INC is the Maryland authorized distributor of this L. S. Starrett equipment. This L. S. Starrett equipment is the only equipment that meets the Government?s requirements for compatibility and interchangeability. This notice of intent is not a request for competitive proposals. However, interested parties may submit a proposal in which they identify their interest and capability. All proposals received by 4:00 PM Eastern Standard Time, 31 August 2004 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. The firm fixed price contract line item number and item is: CLIN 0001-P/N: 254Z24, Height Gage, qty 2 ea; CLIN 0002 ? P/N: 257C, Universal Surface Gage, qty 1 ea; CLIN 0003 ? P/N: 716, Dial Indicator Calibrator, qty 3 ea; CLIN 0004 ? P/N: SC34AAX, CRO Gage Block Set MST, qty 1 ea; CLIN 0005 ? P/N: SC88AAX, CRO Gage Block Set MST, qty 4 ea; and CLIN 0006 ? P/N: 82BZ, Dial Bore Gage, qty 1 ea. The contractor shall deliver CLIN 0001 through CLIN 0006 to: Receiving Officer, Supply Dept Bldg. 665 STE 2, Naval Air Station, 47179 Vaughn Rd Unit NASSU, Patuxent River MD 20670-1614, marked for: Warren Webb, (301) 342-1635. Inspection and acceptance shall be made at destination, FOB destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 Instructions to Offerors?Commercial Items (JAN 2004) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to L. A. BENSON CO, INC., therefore, the provision at 52.212-2 Evaluation?Commercial Items (JAN 1999) does not apply to this acquisition. The Government will evaluate L. A. BENSON CO, INC. proposal to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (MAY 2004) with its proposal. FAR 52.212-4 Contract Terms and Conditions?Commercial Items (OCT 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (JUN 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (DEC 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications--Commercial Items (NOV 1995). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 Buy American Act--Free Trade Agreement--Balance of Payments Program (JAN 2004) (---Alternate 1) (JAN 2004) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause at 252.204.7004 Required Central Contractor Registration Alternate A (NOV 2003) is incorporated by reference. Offers are due to Contracts, Katherine Lang, 251746 Bldg 588 Suite 2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463 by 4:00 P.M. Eastern Standard Time, 31 August 2004. All responsible sources may submit a proposal, which shall be considered by the agency. For information regarding this solicitation contact Katherine Lang via phone (301) 757-9716, fax (301) 342-1531, or e-mail katherine.lang@navy.mil.
 
Place of Performance
Address: Naval Air Warfare Center A/C Div, 22113 Fortin Circle, Unit 7, Bldg. 1403, Patuxent River MD
Zip Code: 20670
Country: United States
 
Record
SN00642783-W 20040814/040812212843 (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.