Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

70 -- Flat Panel Display Monitors

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339407T1174
 
Response Due
7/31/2007
 
Archive Date
8/30/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and using the simplified acquisition procedures in FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation N68936-07-T-1174 is issued as a request for quotations. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and Defense Acquisition Circular 91-13. This agency has a requirement to procure 72 each 19? Rack Mount Flat Panel Display Monitors in accordance with applicable specifications, as follows: (1) Must meet Shock per MIL-STD-901D, Grade A, Class 1, Type A (2) Must meet Vibration per MIL-STD-167-1, Type I (3) Must meet EMI per MIL-STD-461E (4) 9U Rack Mount in a standard 19? Equipment Rack (5) 0 to 50 degree C operating range (6) 1280 x 1024 Resolution (7) Front controls with full dimming (8) 5 BNC and HD15 video support (9) 90-130 VAC/180-264 VAC All monitors are to be shipped, using best commercial practice, to Naval Surface Warfare Center Port Hueneme Division, 4363 Missile Way, Port Hueneme, CA 93043-4307. The provisions at FAR 52.212 1, Instructions to Offerors, Commercial Items applies to this acquisition. Offerors should pay particular attention to this clause. Proof of certification shall be submitted with technical proposal. Evaluation criteria for selection of the contractor are (in order of importance): (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance in accordance with Navy/Air Force Red/Yellow/Green (RYG) Classification Program. Technical descriptions, addressing technical capability of the items offered to meet the Government requirement, will be evaluated as Technically Acceptable or Technically Unacceptable. Technical descriptions evaluated as Technically Unacceptable will not be considered for award. Offeror must include a comp lete copy of the provision at 52.212 3, Offeror Representations and Certifications ? Commercial Items, with his/her offer, and also at DFARS 252.212 7000, Offeror Representations and Certifications ? Commercial Items. The clause at FAR 52.212 4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses cited within FAR clause 52.212 5 are applicable to this acquisition, and are hereby included By Reference: 52.203 6, 52.217-5, 52.217-7, 52.219 4, 52.219 8, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 3, 52.225 13, 52.225 15, and 52.232 33. 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, applies to this acquisition. The fol lowing additional clauses cited within DFARS clause 252.212 7001 are a pplicable to this acquisition, and are hereby included By Reference: 252.205 7000, 252.225 7001, 252.225 7012, 252.243 7002, and 252.247 7023. DFAR 252.204 7004, Required Central Contractor Registration, applies to this solicitation, therefore FAR clause 52.212 3 paragraph (b)(2), relating to TIN number, does not apply to this solicitation. DFAR 252.225 7000, Buy American Act ? Balance of Payments Program Certificate, applies to this solicitation. DFAR 252.225 7017, Prohibition on Award to Companies Owned by the People?s Republic of China, applies to this solicitation. Standard commercial warranty documentation shall be submitted. The Defense Priorities and Allocations System (DPAS) rating for this contract will be DO A3. Delivery of 72 each 19? Rack Mount Flat Panel Display Monitors shall be eight (8) weeks after award of contract. There is an anticipated contract award date of 31 August 2007. Delivery for all units will be FOB Destination to Naval Surface Warfare C enter Port Hueneme Division, 4363 Missile Way, Port Hueneme, CA 93043-4307, with all charges for shipping and transportation pre-paid, in accordance with the clause FAR 52.247 34 titled FOB DESTINATION (NOV 1991). Any questions resulting from this synopsis/solicitation must be received no later than six (6) days prior to the closing date. Questions should be addressed to Lenette Santana at lenette.santana@navy.mil. The NAICS code for this procurement is 334111 and the standard size is 1,000 employees. All responsible sources may submit a proposal, which shall be considered by the agency. Proposals are due 31 July 2007, by 1400, electronically submitted to Lenette Santana, at email stated above, or sent to the Port Hueneme Acquisition Division, which is located in Bldg. 1215. The mailing address is: Commander Code 110, ATTN: Lenette Santana, Naval Surface Warfare Center Port Hueneme Division, Bldg. 1215, 4363 Missile Way, Port Hueneme, CA 93043-4307. Numbered Note (1) a pplies to this procurement. CAUTION TO OFFERORS: NO CONTRACT WILL BE A WARDED UNDER THIS SOLICITATION AT GREATER THAN REASONABLE PRICES. Reference: Place of Performance = N/A Set Aside= Small Business Archive = 15 days
 
Record
SN01340986-W 20070714/070712221818 (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.