Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

84 -- Remote Operating Vehicle

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
Reference-Number-N32209-6093-Z001
 
Response Due
5/17/2006
 
Archive Date
6/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquistion Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under PR N32209-6093-Z001. A subsequent solicitation document will not be issued. DESCRIPTION OF ITEM: One portable, min 100 pound, underwater vehicle with 250 feet of neutrally buoyant tether, high thrust props, depth gage, heading, hour meter, two cameras with 160 degrees of titlt, field service kit for local maintenance and a deport maintenance. FOB Point Destination. Delivery to: MSC, NWS Yorktown Cheatham ANNEX CAD 30, Receiving Officer DWY 17, Williamsburg, VA Desired Delivery time frame is 3 weeks after receipt of order. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); Note: Offeror(s) shall provide its best delivery date. 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (FEB 2006), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MARCH 2006), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 17 May 2006, 2:00PM EST. Offers can be emailed to Carrol.Walker@navy.mil faxed to 757-462-3262. Reference PR N32209-6093-Z001, on your proposal. NAICS 333451
 
Place of Performance
Address: Contractor's facility.
 
Record
SN01045683-W 20060512/060510221232 (fbodaily.com)
 
Source
FedBizOpps 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.