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
SPECIAL NOTICE

36 -- Baffle range Target System

Notice Date
7/11/2006
 
Notice Type
Special Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-Q-0099
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additonal information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (FAR 12.603?(2)(i)). The Naval Special Warfare Development Group, 1636 Regulus Ave, Virginia Beach, Virginia 23461-2299 has a potential requirement to procure the following: Clin 0001 P/N 992-004-030-S35 200 yard box tartet Lomah data cable, qty 4; Clin 0002 P/N 033-001-030-00 Lomah open circuit cards, qty 8; Clin 0003 P/N 033-001-030-00 Lomah small box target circuit card, qty 8; Clin 0004 P/N 033-001-030-00 Lomah large box target circuit cards, qty 2; Clin 0005 P/N 041-085-030-000 Lomah, qty 4; Clin P/N 0006 992-004-030-s20 Sit lomah data cable, qty 6; Clin P/N 0007 P/N 989-400-602 Monitor graphics card, qty 4; Clin P/N 0008 500-500-206-000 Infrared illumiinators, qty 8; Clin P/N 0009 900-100-608-000 Range light TACF integrated, qty 8; Clin 0010 P/N 022-013-230-000 Data cable, individual shooter monitor, qty 4; Clin 0011 P/N 989-100-702 SAPU basic version, qty 2; Clin 0012 P/N 991-041-03-000 Limit switch, qty 8; Clin 0013 P/N 051-078-020-000 Lane discriminators, qty 2. The solicitationis being issued as a Request for Quotation (RFQ); solicitation number is H92244-06-Q-0099 is anticipated to result in a Firm Fixed Price (FFP) contract on a sole source basis to The Training System, 1225 SE 4th Terrance, Cheilfland, FL 32626 for the procurement for the above items. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 05 Jul 2006. North American Industrial Classification Code (NAICS) 423830, size standards 100 applies to this procurement. The DPAS rating for this procurement is DO. This procurement is a small business set-aside. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2006); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005); FAR 52.212-3 Alternate I (Apr 2002). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) The offeror shall check the category in which its ownership falls: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. FAR 52-212-4 Contract Terms and Conditions Commercial Items (Sep 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisition of Commercial Items (May 2006); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); DFARS 252.211-7003 Item Identification and Valuation (Jun 2005). Proposals and questions shall be on company letterhead in company format and must be sent to the attention of Beverly D. Hines either by fax (757) 492-7954, email bhines@nswdg.navy.mil, or United States Postal mail addressed to NSWDG, Attn: Beverly D. Hines, 1636 Regulus Ave, Virginia Beach, VA 23461-2299 by 1:00pm Eastern Standard Time on 31 Jul 06. Proposals received after this timeframe shall not be considered for award. 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 based on price or best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award.
 
Place of Performance
Address: 1636 Regulus Avenue, Bldg 301, Virginia Beach, VA
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01086837-W 20060713/060711221632 (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.