Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

20 -- Side Scan Sonar System with Towfish and Cables

Notice Date
3/23/2005
 
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
N0060405T0355
 
Response Due
3/30/2005
 
Archive Date
4/29/2005
 
Description
The Regional Contraction Department, 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. The NAICS code is 423440, 500 employees. Award will be conducted under the provision of FAR Part 12 Commercial Item and FAR 13.5 Simplified Acquisition Procedures. Please use Identification No. N00604-05-T-0355 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 supplies 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. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are respo! nsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is issued as a Request for Quotation (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-26 and DFARS Change Notice2002314. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a firm fixed price contract for One (1) of the following: ITEM 001: Complete ?Centurion? Splash Proof System, Side Scan Sonar System with 600KHz or better Towfish 30 meter and 200 meter cables, computer is 13? x 11? x 6? and weights only 12 lbs., high bright, daylight readable, 10.4? color flat screen display, network and 2 USB ports, 300 MHz Processor and 20 GB Hard Drive or larger, operates on a 12VDC power source, External R/W CD ROM Drive, DGPS and GPS receivers, Desktop and waterproof mouse, single frequency towfish 600KHz, 200 & 30 meter tow! cables, 3 sets of cable weights, rugged shipping containers, tool kit, factory training, operator?s manual, 24/7 technical support and a three-year limited warranty. Quotes shall be FOB Destination pricing to N49974 Officer In Charge MDSU-1 DET-1, ATTN: DC1 Hargis, 4050 Surface Navy Blvd, San Diego, CA 92136. Required delivery date is 01 May 2005 or state 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 qualified responsible business sources may submit a quotation, which shall be considered by the agency. Proposals must include a completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov. 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 provisions at 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, Offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with its offer and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items apply. The following FAR clauses apply to the requirement: FAR 52.212-4, Contrac! t Terms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.215-5 Facsimile Proposals, 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), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items and FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era a! nd Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), DFARS 252.204-7004 Required Central Contractor Registration applies to this requirement. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.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 filled directly with the appropriate Reviewing Authority or a protester may appeal a decisio! n rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet Industrial Supply Center, Pearl Harbor, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e. the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting office?s decision would 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. The Government plans to award a single contract resulting from this solicitation. A single award will be made to the lowest priced, technically acceptable quote. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mai! l address and commercial and Government Entity (CAGE) code and specifications and picture of your proposed side scan sonar system. Proposals shall be emailed to josefina.martinez@navy.mil no later than 1:00 pm, Hawaii Standard Time, 30th March 2005. Facsimile proposals will be accepted at (808) 473-5750.
 
Record
SN00774985-W 20050325/050323213557 (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.