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

20 -- Side Scan Sonar System With Towfish And Cables

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060404TA967
 
Response Due
8/20/2004
 
Archive Date
9/19/2004
 
Point of Contact
Tammy Kao (808)473-7564
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends on awarding a single, firm-fixed price contract for the acquisition of one (1) side scan sonar system with towfish and cables. This requirement is solicited on a small business set-aside basis. NAICS Code 423440, 500 employees. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR 13.5 Simplified Acquisition Procedures. Please use Identification No. N00604-04-T-A967 on all quotes (quotes must include a completed representation and certification, provided as an attachment to your quote). This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION will not be issued. All pr! ospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. All responsible small business concerns may submit a quotation in response to this synopsis, which shall be considered. This synopsis/solicitation is being issued as a Request For Quotations (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-24 and DFARS Change Notice 20040625. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a firm fixed price contract for ONE (1) of the following: ITEM 001: Side Scan Sonar System with 600KHz or better Towfish, and 30 meter and 200 meter cables. This system is to be used in small Zodiac like crafts. Minimum system requirements: Self-contained, splash proof, shock resistant computer to control and operate side scan sonar, collect, filter and handle data, to measure lengths, areas and h! eights, and to playback and review images. The computer must be equipped with waterproof case and connectors, 15?x15?x15? or smaller in size, weighing 15 lbs. or less, containing an external CD ROM Drive, USB and 100base-T connections, a self contained external handheld GPS system, a keyboard and waterproof mouse, and have a 300 MHz processor and 20 GB hard drive or better. This system needs to be able to operate on a 10-18 VDC marine battery. It must come with a color flat screen display that must be at least 10?, be 1000 nit or better, daylight readable, and produce a high resolution, picture like quality image. This system must be able to scan a minimum seawater depth of 300?. It must be able to be operational in minutes and divers shall be able to dive in the area of the system without hearing the underwater transmission or being exposed to any hazards. Quotes shall be FOB Destination pricing to Pearl Harbor, Hawaii 96860. Required delivery date is December 1, 2004 or st! ate best delivery date. The FSC code is 2090. The NAICS code and the small business size standard for this procurement are 423440 and 500 employees, respectively. All responsible sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. Also applicable to this requ! irement are clauses FAR 52.212-4 Contract Terms and Conditions Commercial Items. The offeror shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications Commercial Items and in DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, includes the following clauses incorporated by reference: FAR 52.212-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.212-26 Equal Opportunity (E.O. 11246), FAR 52.22-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central C! ontractor Registration (31 U.S.C. 3332), FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). Other applicable clauses include FAR 52.215-5 Facsimile Proposals, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items. The following clauses also apply DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.212-7001 Contract terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items. Under this clause, the following is incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a- 10d, E.O. 10582) DFARS 252.225-7012 Preference for Certain Domestic Commodities (10 U.S.C. 2533a), DFARS 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631)! , DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). These clauses may be obtained vial the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html. Also included is the following clause: REVIEW OF AGENCY PROTEST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33. 103 (d). (b) Pursuant to FAR 33. 103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the init! ial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address, Commercial and Government Entity (CAGE) code, and specifications and picture of your proposed side scan sonar system. Quotations are due 4:00 p.m., Hawaii Standard Time, on August 20, 2004. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, Solicitation/Contract Order for Commercial Items. The form can be found at http://web1.deskbook.osd.mil/htmlfiles/forms/DBY_Forms_Standard_Forms_(SF).asp. THE COMPLET! ED REPRESENTATIONS AND CERTIFICATIONS CLAUSE FAR 52.212-3 ALT I MUST ACCOMPANY YOUR QUOTE. Quotes should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 201, Attn: Tammy Kao, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549 or emailed to tammy.kao@navy.mil. Facsimile quotes will be accepted at (808) 473-5750.
 
Record
SN00642839-W 20040814/040812212938 (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.