Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

59 -- Nd: YLF PULSED LASER SYSTEM/

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00167 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016707Q5214
 
Response Due
7/26/2007
 
Archive Date
8/25/2007
 
Description
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 13.5 - Test Program for Certain Commercial Items., as supplemented with additional information included in this notice. Solicitation number N00167-07-Q-5214 applies and is hereby issued as a request for quotation (RFQ). This announcement constitutes the only solicitation and proposals are being requested. A written solicitation will not be issued. This RFQ is a 100% small business set-aside. The applicable North American Industry Classification System (NAICS) Code is 334516 ?Small Business size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 as well as DCN 20070531. Selection for award will be based on lowest price and past performance. An award be issued Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. To be eligible for an award, contractors must be registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Web site at http://www.ccr.gov. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. This requirement as follows: CLIN 0001 ? Quantity /1 (EA) ? Item Description / Nd: YLF PULSED LASER SYSTEM/ and alternately described as a DIODE PUMPED SOLID STATE (DPSS) LASER SYSTEM (see attached specifications). FOB Destination. Award will be based on price and past performance. Delivery is required no later than Sept 15,2007. Final inspection and acceptance will be at Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd; West Bethesda, MD 20817-5700. The following provisions and clauses apply: 52.203-3;52.203-Alt I;52.203-11;52 .204-4;52 .209-6;52.211-14;52.211-15; 52.212-4;52 .222-3;52.222-21;52 .222-26;52 .222-35;52 .222-36;52 .222-37;52.222-39; 52.225-13;52.225-18;52.227-2;52 .232-28;52.232-33;52.233-3;52.242-13;52 .247-34;52.253-1; 252.204-7003;252.204-7004;252.204-7006;252.209-7001;252.209-7004;252.225-7012; 252.232-7003;252.232-7010;252.243-7001;252.243-7002; 252.246-7000; 252.247-7023; 252.247-7024; 52.212-1; 52.212-2 ; 52.233-4; 52.252-1; 52.252-2; 52.252-5; 52.252-6; 52.212-5 Deviation {Incorporating 52.219-8, 52.222-26, 52.222-35, 52.222-36, 252.212-7001 Deviation {Incorporating : 252.225-7014; 252.237-7019;252.247-7023;252.247-7024}; 52.222-39; 52.222-41; 52.212-3 (FILL-IN) ; 252.212-7000 (FILL-IN); CAR-L01 NOTICE TO PROSPECTIVE SUPPLIERS (OCT 2003) (a) This procurement is subject to the Navy's Red/Yellow/Green (RYG) Program. RYG is authorized by the Deputy Assistant Secretary of the Navy (Acquisition) for use in the acquisition of supplies and services used to build, maintain, and operate the Fleet. (b) The Government reserves the right to award to the supplier whose quote represents the best value to the Government. As such, the basis for award will include an evaluation of each supplier?s past performance history for the Federal Supply Class(s) or Service Code(s) (FSCs) of the supplies and services being purchased. The price to be considered in determining best value will be the evaluated price after application of Technical Evaluation Adjustments (TEAs). (c) The procedures described in the clause entitled "Additional Evaluation Factor for Consideration of Past Performance--Navy Red/Yellow/Green Program (APR 1999)" will be used to assist in determining the best value for the Government.;CAR-M01 ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE?NAVY RED/YELLOW/GREEN PROGRAM (APR 1999) (a) This procurement is subject to the Navy's Red/Yellow/Green (RYG) Program, authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use by participating activities during the acquisition of supplies and services used to build, maintain, and operate the Fleet. (b) The purpose of RYG is to assist contracting personnel during source selection to determine the best value for the Government. The program uses accumulated supplier past performance data to classify each supplier?s performance by Federal Supply Class(es) or Service Code(s) (FSCs) as either red (high risk), yellow (moderate risk), green (low risk), or neutral (no risk established). (c) To assist in source selection, a monetary assessment in the form of a Technical Evaluation Adjustment (TEA) is added to each supplier?s quote having a red or yellow classification for the FSC involved. The dollar amount of the red or yellow TEA assessment is based on the cost to the Government of effecting additional actions required to assure performance by a supplier with an unsatisfactory performance history for the FSC(s) involved. No TEA is assessed for a supplier having either a green or a neutral FSC RYG classification. For purposes of the RYG program, a neutral classification is assigned to suppliers who are first time quoters to the Government for the FSC(s) involved, suppliers otherwise having no past performance data in the RYG database for the FSC(s) involved, and suppliers whose past performance data in the RYG database for the FSC(s) involved are over three years old. After consideration of any other pertinent, price-related factors (e.g., transpor tation charges, first article testing, discount terms), the adjusted price becomes the basis for determining award. A supplier?s FSC RYG classification may change over time as new or revised performance data becomes available. (d) RYG Classifications are summarized as follows: (1) Green is low risk. No performance assurance actions are considered necessary. No TEA will be assessed. (2) Yellow is moderate risk. Additional performance assurance actions are considered necessary. A TEA will be applied to the prospective supplier?s price to reflect the Government?s estimated additional costs. (3) Red is high risk. Significant additional performance assurance requirements are considered necessary. A TEA will be applied to the prospective supplier?s price to reflect the Government?s estimated additional costs. (4) Neutral is no risk established. No TEA is assessed; nevertheless, additional performance assurance requirements may be considered necessary to assure quality and on-time delivery. (e) RYG classifications for all applicable FSCs are established monthly for each supplier and provided to them. Suppliers may address questions about the program or their FSC RYG classifications to the Naval Sea Logistics Center (NLSC) Portsmouth Detachment, Federal Building, Room 400, 80 Daniel Street, Portsmouth, NH 0380l-3884, telephone 603-431-9460, ext. 464. FAX 603-431-9464. Suppliers may also access their individual FSC RYG classifications through the automated vendor access program. To obtain automated access, written request must be submitted on company letterhead to NLSC at the above address. The request must include the requester?s name, title, company name, address, telephone number and Contractor and Government Entity (CAGE) code. The CAGE code is mandatory. In response, NLSC will provide each supplier, without charge, with an individual password, all required software, and information on accessing its individual data.; Submit all quotations in accordance with the instructions included in the clause 52.212-1-INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2006). All responses must be received by JUNE 26, 2007- 5:00PM-ET, and must reference RFQ number N00167-07-Q-5214. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Questions/responses relative to this RFQ may be forwarded by email hugh.harrison@navy.mil . See note #1
 
Record
SN01347240-W 20070721/070720002308 (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.