Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

70 -- ADP Support Equipment

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017805R1035
 
Response Due
5/20/2005
 
Archive Date
7/20/2005
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercially 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. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase on a sole source basis the foll! owing: CLIN 0001 ? four (4) Circuit Cards, Part No. 9429010-A11; CLIN 0002 ? four (4) Circuit Cards, Part No. 9429016-A11; CLIN 0003 ? four (4) Circuit Cards, Part No. 9429028-A10 from Folsom Research Inc.; 11101Trade Center Dr. A; Rancho Cordova, CA 95670. Folsom Research Inc. is the only known domestic supplier of the required circuit cards. The assemblies identified above are the Radar Interface, Target Extractor and Window Capture cards used in SSDS MK2 to interface with shipboard radar. The circuit cards identified are required for installation support (INCO spares) and MAMs as part of scheduled SSDS MK2 installations on CV-67, CVN-74, CVN-75 and LHD-8. These parts are identified by part number in the drawings for OL-657A(V) series Multi-LAU Cabinets. The SSDS is an open, distributed combat system designed to expedite completion of the Detect to Engage Sequence against ASCMs. SSDS, consisting of software and commercial off-the-shelf (COTS) hardware, integrates rada! r systems with anti-air weapons, both hardkill (missile systems and rapid fire gun systems) and softkill (decoys). The items shall be delivered by 30 September 2005. Partial early deliveries are acceptable. This acquisition will be a Firm Fixed-Price contract. All items shall be delivered, inspected, and accepted FOB destination to NSWCDD, CDSA Virginia Beach, VA. The solicitation number is N00178-05-R-1035; it is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03, dated 11 April 2005, and DFARS Change Notice 20050505 dated 5 May 2005. FAR and DFARS provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil.dp/dars/dfars.html respectively. The North American Industry Classification System (NAICS) Code is 334112 with a size standard of 1,000 employees. The offeror shall provide a copy of the standard commercial warr! anty or better that is applicable to the items contained in this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation and is hereby incorporated by reference. (b) Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. The following provisions apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, subparagraphs (a), (b) 1, 7, 14, 15, 16, 17, 18, 19, 20, 31; DFAR 252.212-7000, Offeror Representations and Certifications ? Commercial Items, applies with the requirement that offeror?s provide a completed copy with their offer, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, sub! paragraph (a) applicable: 52.203-3, with the following provisions of subparagraph (b) thereof indicated as applicable: 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional DFARS provisions and/or clauses apply to this acquisition: 252.204-7004, Required Central Contractor Registration, offeror to include a completed copy of 252.225-7000 Buy American Act Balance of Payments Program Certificate. The closing date is 2PM EST, 20 May 2005. Pricing should be FOB Destination to CDSA Dam Neck, 1922 Regulus Avenue, Virginia Beach, VA 23461-2097. Proposals shall be delivered to Naval Surface Warfare Center, Dahlgren Division, Attn: XDS11A or B /Bldg. 183, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, FAX (540) 653-7088 or Email XDS11@nswc.navy.mil . In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Offerors may obtain information on registration i! n the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. In order to confirm registration in the CCR, the offeror shall provide, clearly marked, its DUNS number and CAGE code that identifies the offerors name and address. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award. (5) A copy of the complete commercial warranty provisions and terms; (6) offered delivery time; (7) offeror?s remit to address; (8) completed copies of FAR 52.212-3 and DFARS 252.212-7000; (9) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar value, date o! f sell, organizational name, point of contact, address, phone number and email. (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices list in the above mentioned catalog or established pricelist; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer for like items in similar quantities under comparable conditions.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00806265-W 20050514/050512212521 (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.