Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOLICITATION NOTICE

66 -- GLOBAL POSITIONING SYSTEM BASEAND ROVER

Notice Date
7/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-06-Q-0266
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR 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 solicitation number N00181-06-Q-0266 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAIC is 334519 with a standard size of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for CLIN 0001: Global Positioning System for the purpose of dry docking evolution ship positioning and dry dock build up layout, a global positioning system base station, a global positioning survey rover, and a hand held information data collector computer with the necessary hardware, accessories, and software for handling the information input from the global positioning system base station and the global positional system survey rover. The Data Collector shall have at least 128 meg memory, Bluetooth connectivity, pocket 3 D software and all required cables and accessories. 1 each heavy duty wood fiber glass tripod and 1 each carbon fiber bipod. 1 day training on all hardware and software. The system shall be able to use dual satellite constellation configuration. SUBCLIN 0001: 1 each Topcon Model 8024 HiPER Lite plus GPS Base and Rover Package OR EQUAL SUBCLIN 0002: 1 each Topcon Model 8602FC-100 data collector with128M memory and pocket 3D software with Bluetooth OR EQUAL. SUBCLIN 0003: 1 each Crain Model 22217 heavy duty wood fiberglass tripod, OR EQUAL. SUBCLIN 0004: 1 each SECO Model 5219 carbon fiber bipod OR EQUAL. SUBCLIN 0005: 1 day Training on the hardware and software. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. Delivery is required on or before 25 Aug 2006. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 23, and 26. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-16, 52.211-17, and 52.247-34, 52.219-22, 52.222-25, and 52.246-2, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001, 252.225-7021, and 252.225-7036. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: delivery, price, past quality performance and other factors considered. THE AWARD SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 14 July 2006; 4:30 PM, Local Time and shall reference solicitation no. N00181-06-Q-0266. Questions/responses relative to this solicitation may be faxed to (757)-396-9895 or 8503. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered Note 1 applies.
 
Place of Performance
Address: FISC - NNSY MARITIME INDUSTRIAL BRANCH, HAMPTON ROAD DIVISION, CONTRACTING DEPARTMENT, BLDG 1500 - 2ND FLOOR, PORTSMOUTH, VA 23709-5000
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01086739-W 20060713/060711221439 (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.