Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
SOLICITATION NOTICE

58 -- Depth Sensors, Analog

Notice Date
9/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305Q198
 
Response Due
9/27/2005
 
Archive Date
10/27/2005
 
Description
This requirement is in support of the Naval Undersea Warfare Center Keyport. This requirement is being issued as a Combined Synopsis/Solicitation for Commercial Services in accordance with FAR 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 (RFQ) N00253-05- Q-0 198. 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 334511 and has a size standard of 750 employees. Our requirements are: CLIN 0001: First Article, Depth Sensor, Analog to be manufactured in accordance with Drawing 53711-5532433 Rev H and statement of work, Quantity 2 Each. Delivery of First Articles to be within 90 days after date of contract award. CLIN 0002: Production Units, Depth Sensor, Analog to be manufactured in accordance with Drawing 53711-553-2433 Rev H and statement of work, Quantity 100 Each. Delivery to be within 90 days after acceptance of first article. Partial Deliveries are acceptable. Constructive acceptance timeframe for first article and productions units is 45 days after receipt. The Statement of Work/Specifications Attachments are available for download at thefollowing website: http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm. Detailed specification and drawing requests to be e-mailed to: hoodd@kpt.nuwc.navy.mil. Inspection at source, final Acceptance at Destination. Offerors must meet the standard for FAR 9.104. The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation-Commercial Items. Evaluation for this requirement shall be: technical go/no go, price and past performance via Red/Yellow/Green and Past Performance Information Retrieval System (PPIRS) . FAR 52.212-3 Offerors Representation and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.204-7 Central Contractor Registration and DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate. Offers shall complete all required documents for the above clauses. To access the provisions to be completed, 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. Instructions to Offerors. Offerors are advised that a completed copy of the provision at FAR 52.212.3 Offerors Representation and Certification-Commercial Items must be a part of their quote Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. The following are additional FAR and DFAR clauses applicable to this acquisition. FAR Clauses: 52.203-6 A1 Restrictons on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns, 52.219-8 Utilization of Small Business Concerns, 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, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues/Fees, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration., DFAR clause! 252.212-7001 and applicable clauses within 252.212-7001 as follows 52.203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 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 27 September 2005 , 1500 hours Pacific Time. Contractors interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all Representations and Certifications, DUNs Number information, and Buy American Act information found in the above clauses. Contractors shall 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 factors considered. Therefore, offerors proposing less than the entire effor t 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 hoodd@kpt.nuwc.navy.mil. A bidders list will not be maintained by this office. No paper copies of this RFQ / a mendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time established may render an offer non-responsive and result in rejection.
 
Web Link
NUWC Keyport Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00903599-W 20050926/050924211924 (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.