Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

66 -- Rapid Deployment Wireless Gas Detector and accessories

Notice Date
9/9/2005
 
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
N0060405T0911
 
Response Due
9/14/2005
 
Archive Date
9/15/2005
 
Description
The Regional Contracting Department, Pearl Harbor Hawaii intends to award a sole source, 100% small business set aside contract for the procurement of Rapid Deployment Wireless Gas Detector and accessories. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; written proposals are being required and a written solicitation will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. All responsible sources may submit a quotation which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of De! fense contract awards. Solicitation Number N00604-05-T-0911 is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Change Notice 200450901. The NAICS code is 334519 and the small business size standard is 500 employees. The following request is a sole source to Rae Systems, Inc. The resulting award is intended to be a firm fixed price contract for the following items. CLIN 0001 Rapid Deployment Kit Gamma ? Detector Package (Rae Part No.039-TG) Qty 1 ea; CLIN 0002 ProRAE Remote Host Controller Software Package (Rae Part No. 029-5001-200) Qty 1 ea; CLIN 0003 ProRAE Remote GPS (Rae Part No. 029-9001-000) Qty 1 each; CLIN 0004 GPS Upgrade Kit (Rae Part No. 029-7007-000) Qty 4 ea; CLIN 0005 Gamma Upgrade Kit (Rae Part No. 029-7030-000) Qty 3 ea; CLIN 0006 MultiRae Wireless certified PID detector 4 gas (Rae Part No. 039C) Qty 1 ea; CLIN 00! 07 MultiRae Wireless certified PID detector, standard (Rae Part No. 039-C) Qty 3 ea; CLIN 0008 SO2 Sulfur Dioxide sensor (Rae Part No. 008-1113-000) Qty 2 ea; CLIN 0009 NO Nitric Oxide sensor (Rae Part No. 008-1114-000) Qty 2 ea; CLIN 0010 NO2 Nitrogen Dioxide Sensor (Rae Part No. 008-1115-000) Qty 2 ea ; CLIN 00011 CL2 Chlorine sensor (Rae Part No. 008-1116-001) Qty 2 ea; CLIN 00012 HCN Hydrogen Cyanide sensor (Rae Part No. 008-1117-000) Qty 2 ea; CLIN 00013 NH3 Ammonia sensor (Rae Part No. 008-1118-000) Qty 2 ea; CLIN 00014 PH3 Phosphine sensor (Rae Part No. 008-1119-000) Qty 2 ea; CLIN 00015 Cal Gas Sulfur Dioxide (Rae Part No. 600-0053-000) Qty 1 ea; CLIN 00016 Cal Gas Nitric Oxide (Rae Part No. 600-0054-000) Qty 1 ea; CLIN 00017 Cal Gas Nitrogen Dioxide (Rae Part No. 600-0055-000) Qty 1 ea; CLIN 00018 Cal Gas Chlorine (Rae Part No. 600-0056-000) Qty 1 ea; CLIN 00019 Cal Gas Hydrogen Cyanide (Rae Part No. 600-0057-000) Qty 1 ea; CLIN 00020 Cal Gas Ammonia(Rae Part No. 600-0058-000) Qty 1 ea; CLIN 00021Cal Gas Phosphine (Rae Part No. 600-0059-000) Qty 1 ea; CLIN 00022 Guaranteed Total Cost of Ownership for RDK Detector Gamma- 4 Year (SVC-PTC4-294T) Qty 1 ea; CLIN 00023 Guaranteed Total Cost of Ownership for MultiRAE Plus-4 Year (SCV-PTC4-095) Qty 4 ea; CLIN 00024 Guaranteed Total Cost of Ownership for RAELink2-4 Year (SVC-PTC4-229) Qty 4 ea; CLIN 00025 SensorRAE-Conditioning system for spare sensors (032-3100-000) Qty 2 ea; CLIN 0026 shipping to Guam. Acceptance shall be made at destination, Naval Security Forces, Santa Rita, Guam, 96915. Delivery date for all items is 03 Oct 05. The provision at FAR 52.212-1, Instructions to Offer-Commercial applies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The Government plans to award a single contract resulting for this solicitation. FAR 52.212-2, Evaluation of Commercial Items applies. The following factors shal! l be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the government shall use the indicated unit price(s) for evaluation and award purposes. Offeror shall include with offer a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Buy America Act-Balance of Payment Program Certificate. If the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov, the offeror only complete paragraph (j) of the provision. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Co! ntract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt 1; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13. Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.232-36, Payment by Third Party and FAR 52.247-64, Prefe! rence for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.215-5 Facsimile Proposals apply. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: FAR 52.203-3 Gratuities, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7036 Buy American Act?North American Free Trade Agreement Implementation Act-Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Request for Equitable Adjustment, DFARS 252.247-7023, Transportation of Supplies by Sea and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.225-7035 These clauses may be obtained via the Intern! et at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. Proposals shall be emailed to stephen.durrett@navy.mil no later than 2:00 P.M. Hawaii Standard Time, 14 Sept 2005. Facsimile proposals will be accepted via fax (808) 473-5750.
 
Record
SN00891779-W 20050911/050909212909 (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.