Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

99 -- Diving equipment used to function in conjunction with existing Carleton Technologies Inc. equipment. All items must be in compliance with Undersea Warfare (PMS EOD)certificaiton requirements.

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060407T0204
 
Response Due
4/20/2007
 
Archive Date
5/20/2007
 
Description
ATTENTION! THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES The Fleet and Industrial Supply Center, Regional Contracting Department, Pearl Harbor, Hawaii has a requirement to provide the following diving equipment or equivalent used to function in conjunction with existing Carleton Technologies Inc. Equipment. All items must be in compliance with Undersea Warfare (PMS EOD) and Naval Sea Systems Command Certification Requirements. PART # DESCRIPTION QTY UNIT PRICE TOTAL PRICE B60040-1 MK11 BUOYANCY COMPENSATOR 20 $3,300.00 $66,000.00 B60040-RUS READY USE SPARES 14 $330.00 $4,620.00 1113-JO1 REGULATOR ASSEMBLY 10 $965.10 $9,651.00 1375-A30 POWER INFLATOR ASSEMBLY 10 $207.32 $2,073.20 B60040-1SG MK 11 BC SOFTGOODS KIT 15 $304.79 $4,571.85 1130-042 CONNECTOR 15 $26.13 $391.95 1100-050 ORING-PACK OF 5 5 $4.00 $20.00 B60104-2 BLADDER,INNER 10 $322.00 $3,220.00 S006-30N32-F1A LUXFER 54 IN3 PRESSURE VESSEL 30 $90.00 $2,700.00 5251-5000 5251 THERMO K VALVE WITH ORING 28 $68.00 $1,904.00 7653471-1 SECONDARY DISPLAY ASSEMBLY 5 $3,713.32 $14,853.28 7653408-1 COVER ASSEMBLY 3 $550.50 $1,651.50 7653350-1 DIL BOTTLE VLV 10 $1,062.67 $9,564.03 7653349-1 O2 BOTTLE VLV 10 $1,062.67 $9,564.03 7653197-1 CENTER SECTION 2 $7,513.35 $15,026.70 7653212-1 CIRCUIT CARD ASSEMBLY, GAIN AD 5 $784.71 $3,923.55 7653422-1 PRIMARY DISPLAY ASSEMBLY 3 $960.00 $1,920.00 7653191-1 PRIMARY ELECTRONICS ASSEMBLY 3 $9,444.00 $28,332.00 7653378-1 CANISTER ASSEMBLY 2 $612.81 $1,225.62 7653254-1 INLINE FILTER ASSEMBLY 17 $294.40 $5,004.80 6914802-1 MOD 1 PRIMARY ELECTRONICS ASSY 2 $11,633.00 $23,266.00 N/A FEDERAL EXPRESS SHIPPING 1 $500.00 $500.00 TOTAL $209,983.51 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; written proposals are being required and a written solicitation will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 and Defense Change Notice 20060512. This procurement will be conducted on a sole source basis in accordance with the statutory authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The Navy intends to enter into a firm fixed price contract with BBN Technologies Corporation for the required services. The provisions at FAR 52.212-1, Instructions to Offeror?Commercial; and FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, apply to this requirement. Solicitation Number N00604-06-R-0018 is hereby issued as a Request for Proposal (RFP). The NAICS code is 541551 and the size standard is $23M. This requirement is unrestricted. Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for Department of Defense contract awards. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, any firm that believes it can meet the requirements may give written notification to the Contracting Officer within 7 calendar days from the date of the publication of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed. The Government will consider all notifications received by the closing date; however, a d etermination by the Government to not compete this proposed effort on a full and open competitive basis based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offeror shall price all CLINs. In the event the unit prices and extended prices are ambiguous, the government shall use the indicated unit prices for evaluation and award purposes. Offeror shall submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its offer. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt 1; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Co nvict Labor; FAR 52.222-19, Child-Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13. Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country end Products; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.232-36, Payment by Third Party and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.215-5 Facsimile Proposals apply. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items inc ludes the following clauses incorporated by reference: FAR 52.203-3 Gr atuities, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7036 Buy American Act?North American Free Trade Agreement Implementation Act-Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Request for Equitable Adjustment, DFARS 252.247-7023, Transportation of Supplies by Sea and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. Numbered Note 22 applies. The solicitation is available at http://www.neco.navy.mil as well as http://www.fbo.go v. All amendments and notices shall be posted at these websites. It is the offeror?s responsibility to check the websites periodically for any amendments or notices to this solicitation. Proposals shall be emailed to charles.m.lee@navy.mil no later than 10:00 A.M. Hawaii Standard Time, 20 April 2007. Facsimile proposals will be accepted at (808) 473-0811.
 
Record
SN01270305-W 20070412/070410221326 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.