Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

66 -- Photonic Optical Vector Analyzer

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-05-R-CB04
 
Response Due
8/18/2005
 
Archive Date
8/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-05-R-CB04 , is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-04 and DFARS Change Notice 20050621. The NAICS code is 541710. The associated small business size standard is 500 employees . NRL has a requirement for Contract Line Item Number (CLINS) as follows: CLIN 0001 - The contractor shall provide an Photonic Optical Vector Analyzer in accordance with Attachment No. 1 for a quantity of one (1) LO. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 30 days from date of award. Inspection and Acceptance, of the Photonic Optical Vector Analyzer, will be accomplished by the Technical Manager 7 days after receipt of the system. All responsible sources may submit a proposal which shall be considered by the agency. The proposed contract is 100% set aside for small business concerns. The complete specification and/or other information required for this combined synopsis/solicitation is available at; HTTP://HERON.NRL.NAVY.MIL/CONTRACTS/RFP/05CB04 .HTM. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical capability of the system offered to meet NRL's needs (2) Price and (3) Past Performance. Technical and past performance when combined are of equal importance compared to price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.203-6, FAR 52.219-6, FAR 52.219-8,FAR 52.219-14, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222.37, FAR 52.225-13, FAR 52.232-33 and FAR 52.247-64. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3,252.225-7012, 252.225-7021 (greater $175), 252.225-7036 (less $175), 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A, 252.211-7003 Item Identification and Valuation. The following additional FAR clause applies: 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm (SEE NUMBERED NOTE 1)
 
Place of Performance
Address: Contractor Facility
 
Record
SN00849503-W 20050720/050718212314 (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.