Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

61 -- Portable Electric Winch System

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NCNJ5000-6-00010
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Parts 12 and 13, 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. Solicitation Number NCNJ5000-6-00010 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 335999. The Department of Commerce (DOC), National Oceanic Atmospheric Administration (NOAA), National Ocean Service (NOS), Navigational Services Division intends to procure Portable Winch System. The specifications of the required Portable Winch are detailed in the attached Requirements Documentation Winch. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach- The likelihood of effectively meeting the requirements; 2) Past Performance- The relevance and quality of prior performance; and 3) Price- The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O)- Conspicuously striking in eminence; Good (G)- Beneficial and worthwhile; sound and valid; Adequate (A)- Reasonably sufficient and suitable; Marginal (M)- Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-12. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. The Government shall award a firm fixed price purchase order 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. The Portable Electric Winch System shall be delivered within sixty days of award notification. Interested contractors are invited to review the attached Statement of Work and provide a written and electronic response. Responses must be received by 12:00 Noon, September 15, 2006. Responses are to be emailed to Kimberly.davis@noaa.gov and mailed to DOC/NOAA/NOS/NGS, 1305 East West Highway, Sta. 7604, Silver Spring, MD 20910. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (15) single sided pages.
 
Place of Performance
Address: 1315 East-West Highway, Station 6320, Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01134675-W 20060908/060906220325 (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.