Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

51 -- Transit Cases

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607T0117
 
Response Due
6/27/2007
 
Archive Date
12/14/2007
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA is issuing a combined synopsis/solicitation for a firm fixed price type contract. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested but a separate written solicitation will not be issued. The requirement is as follows: 46 each, Printer Transit Cases; Specifications are as follows: 1. Description. The item to be procured is a transit case with custom foam inserts meeting the specifications below and the requirements of engineering drawing 05013A8306 (Drawing will be made available upon email request). 2. Intended Use. The Transit Case to be procured under this specification is to be used with the AN/UYQ-83B Technical Control and Analysis Center (TCAC) Remote Analysis Workstations (RAWS). The TCAC RAWS is a mobile system that operates in both land based and ship board environments. The system is exposed to high and low temperatures, sunlight, rain, salt air, sea water, and very fine dust. The transit case includes a custom foam insert designed to securely hold the HP3800dn Color Laser Printer, the 10-Amp EMI Power Filter and four cables. 3. Detailed Specifications. The Transit Case shall meet the requirements of engineering drawing 05013A8306 and the following detailed specifications: 3.1 Printer Transit Case Specifications: a. Case Material: The transit case body and lids shall be made from a lightweight high strength expanded polypropylene closed cellular structure; b. Color: The transit case body, case lids and hardware shall be colored olive drab green; c. Exterior Size: Height: 25.25"; Width: 26.50"; Length: 26.50" (Maximum); d. Interior Size: Height: 24.0", Width: 24.0", Length: 24.0" (Minimum); e. Weight: (empty without foam inserts): Approximately 32 lbs; f. Load Capacity: Mi nimum load capacity of 66 lbs (Estimated weight of the printer, EMI fi lter, and cables to be installed in the transit case); g. Environmental Seal: The case body and or case lid shall include a replaceable gasket that will provide a watertight and airtight seal when the case lid is closed and latched; h. Metallic Hardware: Movable latch, hinge and handle pins shall be made of stainless steel; i. Latches: Double throw C-clamp latches shall be made of the same material and color of the case body; j. Handles: The left and right side of the case body shall include a heavy duty, double hand hold, spring loaded handles; k. Pressure Release Valve: The case body shall incorporate a waterproof automatic purge pressure relief valve; l. Foam Material: Plastazote EV50 Closed Cell Cross Link Foam; m. Foam Inserts: Foam Inserts shall be made to fit the bottom (base) and top (lid) of the case, taking into account the structural contours and ribs of the transit case (see drawing 05013A8306); n. Buoyancy: 120 lbs. Minimum. 3.2 Environmental Specificat ions. The transit case supplied shall meet the performance requirements of MIL-C-4150J for Type 1 Style 1 Class A containers including the following: a. Temperature: -23?C to +99?C (-10?F to +210?F); b. Humidity: 0% to 100% Condensing or Non-Condensing. The provision FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2006) applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on best value with technical capability and price as the evaluation factors. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications - Commercial Items (Mar 2005) and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Cl ause 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2 005) applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2006) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Oct 2006); 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity (April 002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government' s Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Sept 2006); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in US Currency (Apr 1991); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Jan 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Oct 2006); 252.204-7004 Required Central Contractor Registration - Alt A (Nov 2003); 252.225-7000 Buy American Act And Balance of Payments P rogram Certificate (Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (May 2006); 252.247-7023 Transportation of Supplies by Sea (May 2002). This synopsis/solicitation and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-16. The NAICS code is 326199 and size standard is 500 employees for this procurement. Inspection will be at the Government facility by the Government, Acceptance will be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Ship to Receiving Officer, Naval Air Warfare Center Weapons Division, Point Mugu, CA 93042-5049. Time of Delivery shall be in accordance with the offeror's proposed best delivery schedule and be delivered within a timely manner after the order has been placed. All responsible parties may submit a quote which shall be considered by the agency. Respondents shall submit their quote via email to barbara.contreras@navy.m il. Technical questions and requests for a copy of the drawing must be made in writing via email; telephone requests will not be accepted. Please include your firms Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code. The anticipated award date is on or about July 2, 2007. NAICS Code = 326199 Place of Performance = N/A Set Aside = Total Small Business Email Address = barbara.contreras@navy.mil
 
Record
SN01319231-W 20070616/070614221620 (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.