Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

67 -- THERMAL IMAGER CAMERA

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment 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-0324
 
Response Due
9/15/2006
 
Archive Date
9/15/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR 13 with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. NO WRITTEN SOLICITATION WILL BE ISSUED. FISC, NNSY Maritime Industrial Branch, Hampton Roads Division, intends to procure on a sole source basis, under a firm fixed priced contract, with FLUKE Corporation for the following: Camera with 20MM lens, Flexcam Thermal Imager, FLUKE MODEL Tl-45-FT-20, FUSION Technology, 160 X 120 Focal Array, Heavy-Duty Carrying Case, Battery Pack (2) and Battery Charger, Dual; 12 Ft. Video Cable, 128MB Compact Flash, Type 1 and USB Card Reader, Neck Strap, 5? LCD Color Display, Camera User?s Manual; QTY: 2 KT. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. This notice is not a request for competitive proposals. The NAICS code is 333315 and the small business size standard is 500 employees. The solicitation number is N00181-06-Q-0324. The closing date for the receipt of offers is 12:00 noon, 9/15/06. Required Delivery date is 9/29/06. All deliverables shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Building 276, Portsmouth, VA 23709-500. Inspection/Acceptance at Destination. The following FAR provision and clauses are applicable to this procurement: FAR 52.212-1, 52.212-3 and its ALT I, 52.212-4, 52.212-5 incorporating (14), (15), (16), (17), (18), (19), (20), ADDENDA: FAR Clauses 52.204-7, 52.211-15, DFAR 252.212-7000, 252.212-7001, incorporating 252.225-7001, DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. Information regarding CCR may be found at www.ccr.gov. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3 and its ALT I. The following additional clauses apply, of which a copy will be supplied upon request: Level C Preservation and Packaging, Hazardous Chemical Exposure, Access to NNSY By Delivery Personnel: 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. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal form quote, etc.) but must include the following information: (1) Complete mailing address/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN); (5) All completed certifications as required herein. Questions/responses relative to this solicitation may be e-mailed to norma.rogers@navy.mil. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.acq.osd.mil/dpap/dfars. Numbered note 22 applies.
 
Place of Performance
Address: Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500, Code 530, 2nd Floor, Portsmouth, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01141283-W 20060914/060912221540 (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.