Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOLICITATION NOTICE

99 -- Cypress-2

Notice Date
1/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-0066
 
Response Due
1/31/2007
 
Archive Date
3/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-0066. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11 and DFARS Change Notice 2006. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 423910 and the Small Business Standard is 500 employees. This is a competitive, unrestricted action. The EOD Training and Evaluation Unit Two requests responses from qualified sources capable of providing: CLIN 0001 Cypress-2 2 PIN Military, quantity: twenty nine (29) and CLIN 0002 4/8 year maintenance contract, quantity: twenty nine (29). Delivery is 6 to 8 months ARO. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023. [The Year 2000 Warranty - Commercial Items applies.] 52.247-34, F.O.B Destination, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 - Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. This announcement will close at 4:00pm on 31 January 2007. Contact Jacqueline Byrd, who can be reached at 757-443-1401 or email jacqueline.byrd1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. [See Numbered Note: 1] Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Numbered Notes : The proposed contract is 100% set aside for small business concerns.
 
Place of Performance
Address: EOD TEU TWO, 821 Blasters Cove, Fort Story VA
Zip Code: 23459
Country: UNITED STATES
 
Record
SN01220250-W 20070128/070126221252 (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.