Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

D -- MARCONI EQUIPMENT MAINTENANCE RENEWAL

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-Z022
 
Response Due
7/6/2007
 
Archive Date
7/21/2007
 
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-Z022. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-17 and DFARS Change Notice 20070531. 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 541519 and the Small Business Standard is $23,000,000. This is a sole source action with Ericsson Federal, Inc for Marconi Equipment Maintenance Renewal. The FISC Norfolk Contracting Department requests responses from qualified sources capable of providing: JTEN Test Bed ATM Maintenance for the following items: Proposed Support Qty Product Number Serial Number Type 1 ASX-200BX/AC 4490918 SUPP-S-A 1 ASX-200BX/AC 4490916 SUPP-S-A 1 ENCL-200BX/AC 4494637 SUPP-S-A 1 ENCL-200BX/AC 4494658 SUPP-S-A 1 NM-4/155MMSCE 4450521 SUPP-S-A 1 NM-4/155MMSCE 4450534 SUPP-S-A 1 NM-4/155SMIRE 4470586 SUPP-S-A 1 NM-4/155SMIRE 4470630 SUPP-S-A 1 NMCE-6/DS1A 4350514 SUPP-S-A 1 NMCE-6/DS1A 4350540 SUPP-S-A 1 SCP-P5-266 23223 SUPP-S-A 1 SCP-P5-266 23261 SUPP-S-A 1 ASX-200BX/AC 4104693 SUPP-S-A 1 ENCL-200BX/AC 4103863 SUPP-S-A 1 SCP-P5-200 18774 SUPP-S-A 1 SM-200BX 10001524 SUPP-S-A 1 ASX-200BX/AC 4174789 SUPP-S-A 1 ENCL-200BX/AC 4173924 SUPP-S-A 1 SM-200BX 10001652 SUPP-S-A 1 NM-4/155UTPE 300578 SUPP-S-A 1 NM-4/155MMSCE 4390510 SUPP-S-A 1 NM-4/155MMSCE 4390569 SUPP-S-A 1 NM-4/155MMSCE 5180503 SUPP-S-A 1 SCP-P5-200 11912 SUPP-S-A 1 SCP-P5-700 11421 SUPP-S-A 1 ASX-200BX/AC 5330548 SUPP-S-A 1 ENCL-200BX/AC 5330506 SUPP-S-A 1 NM-4/155MMSCE 5360565 SUPP-S-A 1 NM-4/DS3E 5300513 SUPP-S-A 1 SCP-P5-700 9386 SUPP-S-A 1 SCP-P5-700 9391 SUPP-S-A 6 ASX-200BX/AC 5230503 SUPP-S-A ASX-200BX/AC 5230502 SUPP-S-A ASX-200BX/AC 5240503 SUPP-S-A ASX-200BX/AC 5240501 SUPP-S-A ASX-200BX/AC 5240513 SUPP-S-A ASX-200BX/AC 5240512 SUPP-S-A 1 ENCL-200BX/AC 5230502 SUPP-S-A 1 ENCL-200BX/AC 5230503 SUPP-S-A 1 ENCL-200BX/AC 5230504 SUPP-S-A 1 ENCL-200BX/AC 5240500 SUPP-S-A 1 ENCL-200BX/AC 5240508 SUPP-S-A 1 ENCL-200BX/AC 5240510 SUPP-S-A 1 NM-4/155MMSCE 5230511 SUPP-S-A 1 NM-4/155MMSCE 5230518 SUPP-S-A 1 NM-4/155MMSCE 5230519 SUPP-S-A 1 NM-4/155MMSCE 5230539 SUPP-S-A 1 NM-4/155MMSCE 5230540 SUPP-S-A 1 NM-4/155MMSCE 5230547 SUPP-S-A 1 NM-4/155MMSCE 5230550 SUPP-S-A 1 NM-4/155MMSCE 5230591 SUPP-S-A 1 NMCE-6/DS1A 5220518 SUPP-S-A 1 NMCE-6/DS1A 5220529 SUPP-S-A 1 NMCE-6/DS1A 5220535 SUPP-S-A 1 SCP-P5-400 8822 SUPP-S-A 1 SCP-P5-400 8827 SUPP-S-A 1 SCP-P5-400 8860 SUPP-S-A 1 SCP-P5-400 8939 SUPP-S-A 1 SCP-P5-400 8965 SUPP-S-A 1 SCP-P5-400 8996 SUPP-S-A 1 NM-4/155SMIRE 3280650 SUPP-S-A 1 NMCE-6/DS1A 3380520 SUPP-S-A Period of performance is Date of Award through 12 months. 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 [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [list the clauses that apply]. Quoters shall 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 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227). The Year 2000 Warranty - Commercial Items applies. 52.213-1 Fast Payment Procedure (Under $25,000) FEB 1998 52.213-2 Invoices APR 1984 52.213-3 Notice to Supplier APR 1984 52.243-1 ALT I Changes - Fixed Price (Alternate I) (if SCA applies) APR 1984 52.204-3 Taxpayer Identification OCT 1998 52.204-6 Contractor Identification Number - Data Universal Number System (DUNS) Number OCT 2003 This announcement will close at 1600 EST on 07/06/2007. Contact Mr. Charles T. Hoyes who can be reached at 717-605-2024 or email charles.hoyes@navy.mil. A determination 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. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 26, 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery. 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. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract 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. ******* End of Combined Synopsis/Solicitation ********
 
Place of Performance
Address: USJFCOM - JWFC, SUFFOLK, VA
Zip Code: 23435-2697
Country: UNITED STATES
 
Record
SN01326158-W 20070624/070622235723 (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.