Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
MODIFICATION

66 -- HAZMAT ID Command System

Notice Date
8/16/2005
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-05-T-0153
 
Response Due
8/26/2005
 
Archive Date
12/31/2005
 
Point of Contact
Carol Foulk, Contract Specialist, Phone (904) 542-1062, Fax (904) 542-1098,
 
E-Mail Address
carol.foulk@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial 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; quotations are being requested and a written solicitation will not be issued. Solicitation N68836-05-T-0153 applies and is issued as a Request for Quotations (RFQ). The provisions and clauses herein are those in effect through Federal Acquisition Circular 2005-05 and DFARS DCN 20050726. NAICS Code 334516; size standard 500 employees. Unrestricted procurement. A firm fixed-price contract is contemplated. FOB destination to New Orleans, LA, 70143. Item 0001 One each Smith Hazmat ID Command with pelican case, two batteries, keyboard/mouse, USB stick, 4000 ATR spectra, external laptop wireless capabilities, R/W CD Rom, on site training for up to 16 people, 3 yr partnership program. Item 0002 One each Smith detection repeater used for Hazmat ID repeater uses 802.11 B wireless signal and magnifies signal by 3 times. Item 0003 One each Smith APD 2000 advance portable detector detects chemical warfare agents, civil threats such as pepper spray and mace and gamma radiation. Provides agent id, commercial alkaline batteries, selectable monitoring/detection modes, pulley, can be fully decontaminated. Item 0004 Two each MSA P/N:A-SAFESITE-1-66-14-31-19-1-1-0-0-1 safesite multi-threat detection system using GPS to monitor for six different threats including chemical warfare agents (CWA), gamma radiation, toxic industrial chemicals (TIC), volatile organic compounds (VOC), combustible gases, oxygen deficiency. Item 0005 One each MSA P/N: safecom command center includes software (2 CD disk set), ethernet connectivity, power supply, receives mission-critical information from up to 4 systems with 16 safemtx detectors per system. Item 0006 One each MSA P/N: toughbook Panasonic touch screen laptop with wireless 802.11 connection used with safecom and safemtx units to monitor up to 2 miles line of sight per safemtx. To be considered for award, offeror’s must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov and 2) Central Contractor Registration at http://www.ccr.gov. Offeror’s are required to register at Wide Area Work Flow (https://wawf.eb.mil) for electronic submission of invoices. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. 52.204-7 Central Contractor Registration; 52.204-8 Annual Representations and Certifications; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 Instructions to Offers-Commercial; 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include 52.203-6, 52.222-19, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, and 52.232-33; 52.233-2 Service of Protest. The following DFARs provisions and clauses apply to this acquisition: 252.204-7004 Central Contractor Registration Alternate A; 242.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.232-7003 Electronic Submission of Payment Requests; 252-243-7001 Pricing of Contract Modifications; 252-247-7022 Representation of Extent of Transportation of Supplies by Sea. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest priced offeror. Award will be based on an all or none basis. Evaluation factors are 1) Technical Capability (capability of the contractor to meet the requirement) 2) Cost/Price 3) Past Performance. Evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government will assess each offeror’s past performance. The assessment will be an unbiased judgment about the quality of an offeror’s past performance. The Government will assess the offeror’s past performance of (1) Quality of Product or Service (2) Schedule (3) Cost Control (4) Business Relationships. Past Performance Evaluation Sheet attached. Parties responding to this solicitation may submit their offer in accordance with standard commercial practice (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) CAGE Code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications. Offer must be received no later than 26 Aug 2005 at 4:00 pm EST. Submit to: Fleet and Industrial Supply Center, 110 Yorktown Ave Third Floor, PO Box 97, Naval Air Station, Jacksonville, FL, 32212-0097 or fax 904-542-1098. This procurement is being processed under the authority of the test program for commercial items, “Section 4202 of the Clinger-Cohen Act of 1996”. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N688361/N68836-05-T-0153/listing.html)
 
Place of Performance
Address: New Orleans, Louisiana
Zip Code: 70143
Country: United States
 
Record
SN00872210-F 20050818/050816213754 (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.