Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

70 -- LCAC Sensor Interface Units (SIU)

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T1015
 
Response Due
6/22/2007
 
Archive Date
7/22/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ); the solicitation number is N61331-07-T-1015. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award on a Sole Source basis a firm-fixed price purchase order to Comark Corporation, 93 West Street, Medfield, Massachusetts 02052. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. This acquisition is not suitable for full and open competition for the following reasons. The U.S. Navy has conducted a qualification program for manufacturers of LCAC SIUs and has determined that it is necessary to purchase the same units for the remaining SLEP craft. This qualification program involved extensive testing to ensure 100 percent compatibility with the LCAC navigation systems. Currently, the SIU, manufactured by Comark Corporation, has been installed on all completed SLEP. This sensor system, as previously installed, is integrated into the SLEP navigation hardware and software that will form the basis for the SLEP replacement gear. Any other sensor system would require extensive re-development and testing costs that could not be recovered through competition. It is essential that the SIUs on the remaining SLEP LCACs be identical to the current SLEP sensor systems to ensure the logistics chain established for the SLEP LCACs can be reused. Comark Corporation as the original equipment manufacturer (OEM) is uniquely qualified to provide these items. The following is being procured: CLIN 0001 ? Landing Craft Air Cushion (LCAC) Sensor Interface Units (SIU) Part Number 51-27840-001, QTY (36) NAICS Code 334111 applies. Small Business Size Standard is 1000 employees. FSC is 7050. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018 within twenty weeks after award. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to Kathryn.e.gonzales@navy.mil, no later than 3:00pm (CST) June 22, 2007. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows th e offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item convered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (4) A statement that such items are commercial items sold in substantial qua ntities to the general public, at the prices listed in the above menti oned catalog or established price list; (5) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this a cquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) June 22, 2007. Electronic quotes are encouraged to Kathryn.e.gonzales@navy.mil. Quote may also be faxed to (850) 234-4197 or delivered to NSWC PC, ATTN: Code XPS2/Kathryn Gonzales, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407. Note 22 applies.
 
Web Link
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
 
Record
SN01322690-W 20070621/070619223804 (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.