Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

66 -- Fiber Optic Preform Fabrication System

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-07-R-KS05
 
Response Due
5/18/2007
 
Archive Date
5/18/2008
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-07-R-KS05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05-16 and DFARS Change Notice 20070327. The associated small business size standard is 500 employees. NRL has a requirement for: CLIN 0001: The Contractor shall supply a Gas Delivery System for the Preform Fabrication System; CLIN 0002: The Contractor shall supply a Lathe System for the Preform Fabrication System; CLIN 0003: The Contractor shall supply Data in accordance with Exhibit A (DD 1423); CLIN 0004: The Contractor shall provide installation and training for the Preform Fabrication System; CLIN 0005: The Contractor shall provide a standard commercial warranty against all parts and labor. This is a complete system to fabricate optical fiber preforms by the modified chemical vapor deposition (MCVD) process. Installation and training for the system are also required. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://www.heron.nrl.navy.mil/contracts/rfp/07ks05.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 30 September 2007. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical Merit: The technical capability of the offeror to meet the Government?s requirement (2) Price and (3) Past Performance: Past performance will be evaluated on the basis of the quality of the work performed or supplies delivered and timeliness of performance or delivery. The evaluation will be based on the information provided in the proposal and other sources if available. The evaluation will take into account past performance information regarding predecessor companies, or subcontractors that will perform major or critical aspects of the requirement. Technical Merit and Past Performance when combined are significantly more important than price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-29, 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A., 252.211-7003 Item Identification and Valuation, 252.246-7003 Notification of Potential Safety Issues. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than ten (10) business days before the response date of this solicitation. An original and two (2) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Kirsten Stanley, Code 3230.KS. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. This and other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Place of Performance
Address: 4555 Overlook Avenue, SW, Washington, DC
Zip Code: 20375
Country: UNITED STATES
 
Record
SN01275253-W 20070419/070417221737 (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.