Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

63 -- Intrusion Detection System

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025305T0076
 
Response Due
9/21/2005
 
Archive Date
10/21/2005
 
Point of Contact
V. Peerson 360-396-2226 Attn: Acquisition Department, Code 182, Building 945, Fax: (360) 396-7036
 
E-Mail Address
V. Peerson, Purchasing Coordinator
(vpeerson@kpt.nuwc.navy.mil)
 
Description
This requirement is in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the Subpart 12.6 as supplemented with additional 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-0076. This combined synopsis-solicitation incorporates the provisions and clauses in effect through Federal Acquisition Federal Circulars 2005-05. The applicable NAICS code for this requirement is 561621 and has a standard size of $10,500,000.00. The requirement is for (1) GP of Intrusion Detection System in accordance with the attached Statement of Work. The Statement of Work is available for download at the following address: http://www-keyport.kpt.nuwc.navy.mil/NECO/Solicitation.h! tm. The following provisions apply to this solicitation: 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-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFARS Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this 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 Wo rkers 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. DFARS 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 Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration. Single Award for All Items. Quotes/Offers are due no later than 21 September 2005, 1000 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Commercial Simplified Procedu! res shall be used for this procurement. 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 factors, 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 factor! s considered. Therefore, offerors proposing less than the entire effor t specified herein ma! y 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 vpeerson@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 Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that representations and certifications must 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 this 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
NUWC Keyport Acquisition Division
(http://www.eps.gov/spg/DON/NAVSEA/N00253/N0025305T0076/listing.html)
 
Record
SN00896812-F 20050917/050915213244 (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.