Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

58 -- Differential Pressure Transducer

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component 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
N68836-06-R-0044
 
Response Due
6/17/2006
 
Archive Date
12/31/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is being conducted under FAR 13.5 Commercial Item Test Program. Solicitation Number N68836-06-T-0103 is issued as a request for proposal (RFP). This procurement is unrestricted and all responsible business concerns may submit an offer. The NAICS code is 334419. The small business size standard is 500 employees. This is for the procurement of DIFFERENTIAL PRESSURE TRANSDUCER?S, Model 316C, Safe Working Pressure: 1000 PSI, Housing: CU N1, Process Connection: 7/16-20 MS 1642, Bellows: BE CU, Bellows Fill: Hydrocarbon Oil, Scale: White/Blank, Cleaning: Class III, Mounting: High Shock, Red Set Pointer, C/W Model 305 FDC Flat Dual Sensor (2? X 6?), SST housing & bellows, SST Capillary, Capillary fill: ?M?, 2 Sleeves: one sleeve 36.5? above top of sensor measure from bottom of sleeve, Second sleeve 72? above top of sensor measured from bottom of sleeve : CLINs 1. 30 EA ? Differential Range: 0-93.9? of water (RR), Capillary length: H/P 132?, LP 264?; 2. 12 EA ? Differential Range: 0-92-9?of water (RR), Capillary length: H/P 80? LP 288?, 2 Sleeves; 3. 30 EA - Differential Range: 0-93-9? of water (RR), Capillary Length: H/P 132? LP 264?, Separation: 91.7?; 4. 30 EA ?Differential Range: 0-92.9? of water (RR), Capillary length: H/P 80? LP 288?, 5. Packaging Charge 1 EA; 6. Freight Charge 1 EA The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991), 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 03), 52.204-7 Central Contractor Registration (OCT 03), 52.212-4 Contract Terms and Conditions-commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 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 (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 S.c.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C. 4212), 52.228-5 Insurance-Work on a Government Installation(JAN 1997), 52.229-3 Federal, State and Local Taxes (JAN 1991), 52.232-1 Payments (AP 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.233.3 Protest After Award (AUG 1996), 52.237-3 Continuity of Services (JAN 1991), 52.239-1 Privacy or Security Safeguards (AUG 1996), 52.243-1 Changes-Fixed Price(AUG 1987),52.244-6 Subcontracts for Commercial Items (MAY 2001), 52.245-1 Property Records (APR 1984), 52.245-2 Government Property (Fixed-Price Contracts), 52.247-34 F.O.B. Destination(NOV 1991), 52.249-2 Termination for Convenience of the Government (Fixed Price)(SEP1996), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country(MQAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.209-5 Certification regarding debarment, suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.212-1, Instructions to Offerors--Commercial Items (JAN 2006), 52.212-2, Evaluation--Commercial Items (JAN 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) At the discretion of the Contracting Officer, the Government intends to evaluation proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror?s best terms from both a price and technical standpoint. The following factors shall be used to evaluate offers: (1) Technical, The offeror?s Technical Capability will be rated as acceptable or unacceptable. (II) Past Performance, (III) Price, Technical and Past Performance, when combined are significant more import than price. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (MAR 2005), with its offer. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (FEB 2006), Within 52.212-5, the following clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 95), 52.222-3, Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with 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 of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions on Certain Foreign Purchases(FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006), Within DFAR 252.212-7001, the following clauses apply: 52.203-3, Gratuities (APR 94), 252.225-7001 Buy American Act and Balance of Payments Program (JUN05), 252.225-7012 Preference for Certain Domestic Commodities (JUN 04), 252.232-7003 Electronic Submission of Payment Requests (JAN 04), 252.243-7012 Request for Equitable Adjustment(MAR 98), 252.247-7023 Transportation of Supplies by Sea(MAY02), 252.225-7014 Preference for Domestic Specialty Metals, Alt I(APR 03), 252.237-7019 Training for Contractor Personnel Interacting with Detainees(SEP 05), 252.247-7023 Transportation of Supplies by Sea(MAY 02) and 252.247-7024 Notification of Transportation of Supplies by Sea(MAR 2000). LOCAL CLAUSE NBZ039 WIDE AREA WORK FLOW (WAWF) SUPPLY: INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies render under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice and Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as deliver receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding\ENTER YOUR SITE NAME HERE\is provided for completion of the invoice in WAWF: Issuing Office DODAAC\?????\| Admin DODAAC\?????\ Acceptor DODAAC\?????\ LPO DODAAC: \????? \ Pay DODAAC:\????? \ The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at: http://farsite.hill.af.mil. Offerors responding to this solicitation shall submit the following information: (1) Submit their offer in accordance with standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: (1) Company complete mailing & Remittance addressed, (2) discounts for prompt payment if applicable (3) cage code (4) Dun & Bradstreet Number (5) Taxpayer ID Number (6) Completed signed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items(NOV 95) with their offer. The Government intends to make a single award. The Government reserves the right to make an award on an all or non-basis. Offers are due by (June 17, 2006), (11:00 A.M.) at the following location: Proposals must be in writing and may be faxed electronically via e-mail or mailed to: Fleet & Industrial Supply Center Gladys Callahan (Code 240.GC) 110 Yorktown Ave, Box 97 Jacksonville, FL 32212-0097 Or email to: gladys.callahan@navy.mil For information regarding this solicitation, contact: Gladys Callahan (904) 542-1067 gladys.callahan@navy.mil
 
Place of Performance
Address: Trident Refit Facility, Naval Submarine Base, Kings Bay GA
Zip Code: 31547
Country: us
 
Record
SN01083073-W 20060707/060705225625 (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.