Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

66 -- Special Purpose Cable

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305T0047
 
Response Due
7/25/2005
 
Archive Date
8/24/2005
 
Description
This 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 N00253-05-T-0047. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2005-04. NUWC Keyport requires the following: CLIN 0001: Qty. 175 FT Cable, Special Purpose, Electrical, NSN: 6145012333992, Part Number: MIL-C-82621(OS), Conductor Form: Stranded all Conductors, Conductor Quantity: 54, Cross Section Outside Diameter: 1.050? Nominal, Cross-Sectional Shape Style: 6 Round, Specification/Standard Data: 81349-MIL-C-82621 Government Specification, Surface Treatment: Silver Core Conductor all Conductors, Test Dat! a Document: 81349-Mil-C-82621 Specification. Dealers and distributors are encouraged to quote. The NAICS Code is 335929 and the size standard is 1,000 employees. Required delivery to be within 30 days after date of award. FOB Destination: Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following Clauses apply to this order. FAR 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercials items, and 252.225-7001 Buy American Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52.215-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to thi! s acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following DFAR clauses cited in this clause are applicable to this acquisition: 252.225-7001 Buy American Act-Balance of Payments Program,252-247-7023 Transportation of supplier by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204.7004A Required Central Contractor Registration. Quotes/Offers are due no later than 25 Jul 2005, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Firms interested in submitting quotes must (1) complete the pricing 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. The Purchase Order 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 f! actors, award will be made to the low offeror based on price and the following price evaluation factors: Single award for all items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green database. Any questions should be submitted in writing via the fax number provided above or e-mailed to lkress@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisitio! n Regulations (DFARS) at: http://www/acq/osd/mil/dp/dfars/.html. Offerors are also advised that representations and certifications may be completed electronically via the ORCA website at http://orca.bpn.gov. No bidders list will be maintained by this office. No paper copies of the 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 non-responsive and result in rejection of the same.
 
Web Link
NUWC Keyport Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00846566-W 20050715/050713212621 (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.