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 -- Combined synopsis/solicitation for purchase of 2 each, 4 port Ethernet Synchronous/Asynchronous Serial Multi-Port Communications boards

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-07-Q-1061
 
Response Due
8/8/2007
 
Archive Date
9/7/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this Request for Quotation (RFQ) is N66001-07- Q- 1061. The Government is soliciting quotes for the purchase of 2 each, 4 port Ethernet Synchronous/Asynchronous Serial Multi-Port Communications boards. This requirement will result in a firm fixed priced purchase order. This combined synopsis/ solicitation is unrestricted. The applicable NAICS Code is 334290. The size standard is 750 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18, 30 June 2007 and Defense Federal Acquisition Regulation Supplement (DFARS), May 31, 2007. 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 or http://www.acquisition.gov/far/index.html. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and is incorporated by reference. The clause FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Jun 2007) (Deviation), applies to this acquisition. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) is incorporated by reference, for paragraph (a) 52.203-3 Gratuities (APR 1984) applies, however, for paragraph (b) only the following clauses apply: 252.225- 7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.227- 7015, Technical Data ???Commercial Items (NOV 1995), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Basis for award: The required and desired specification for the Ethernet to Synchronous/ Asynchronous Serial Multi-Port Communications Device is provided at the SPAWAR E-Commerce website at https://e- commerce.spawar.navy.mil as attachment (1) to the combined synopsis/solicitation. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation Factors: The clause at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. FAR 52.212-2(a) is completed with the following factors that shall be used to evaluate quotes (listed in relative order of importance): Factor (1) technical capability of the item (device) offered to meet the Government "part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this Request for Quotation (RFQ) is N66001-07- Q- 1061. The Government is soliciting quotes for the purchase of 2 each, 4 port Ethernet Synchronous/Asynchronous Serial Multi-Port Communications boards. This requirement will result in a firm fixed priced purchase order. This combined synopsis/ solicitation is unrestricted. The applicable NAICS Code is 334290. The size standard is 750 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18, 30 June 2007 and Defense Federal Acquisition Regulation Supplement (DFARS), May 31, 2007. 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 or http://www.acquisition.gov/far/index.html. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and is incorporated by reference. The clause FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Jun 2007) (Deviation), applies to this acquisition. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) is incorporated by reference, for paragraph (a) 52.203-3 Gratuities (APR 1984) applies, however, for paragraph (b) only the following clauses apply: 252.225- 7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.227- 7015, Technical Data ???Commercial Items (NOV 1995), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Basis for award: The required and desired specification for the Ethernet to Synchronous/ Asynchronous Serial Multi-Port Communications Device is provided at the SPAWAR E-Commerce website at https://e- commerce.spawar.navy.mil as attachment (1) to the combined synopsis/solicitation. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation Factors: The clause at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. FAR 52.212-2(a) is completed with the following factors that shall be used to evaluate quotes (listed in relative order of importance): Factor (1) technical capability of the item (device) offered to meet the Government "required" specification; Factor (2) technical capability of the item (device) offered to meet some or all of the desired technical capabilities of the device; Factor (3) will consider relevance of previous experience providing similar/same products with past performance considering past levels of satisfaction in the areas of quality of product; customer satisfaction; and timeliness of performance/ delivery; and Factor (4) price. Factor (1) is rated on a "pass/fail" basis. Factors 2 and 3 are of equal importance. Within Factor (3), subfactor corporate experience & past performance are of equal importance. Factor (1), (2) and (3), when combined, is more important than price, factor (4). Instructions: Companies wishing to respond to this solicitation should provide (on your company letterhead or standard company quote form), unit price, extended price, FOB Point, prompt payment terms, delivery time and correct company address. OFFERS MUST BE SIGNED. Offerors should refer to FAR 52.212-1(b) for the complete "Instructions to Offerors". Offerors are reminded to submit a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certification Commercial Items with their quote. For the offerors convenience, Representations and Certifications for completion are provided as an attachment (2) accessible via the SPAWAR E-Commerce page at https://e-commerce.spawar.navy.mil. Each quote shall include their Dun & Bradstreet Code and their Commercial and Government Entity (CAGE) code. All contractors who provide goods/services to the Department of Defense must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.1103. Contractors can register at www.ccr.gov or by calling 1-888-227-2423. In responding to the evaluation criteria, the quoter response should be in sufficient detailed to enable an evaluation. For Factor 1 and 2, the quoter shall provide a technical proposal not exceeding 12 pages [page limitation does not include attachment 1]. The quoter shall complete the specification checklist provided as attachment (1) at the SPAWAR E-Commerce website at https://e-commerce.spawar.navy.mil and submit with the quote. The quoter shall complete the specification checklist by placing an "X" in either the "Yes" or "No" column of the specification table indicating all of the required and desired specification being quoted and described in detail in the technical proposal. The technical proposal should provide a complete description of the device being quoted and by describing/demonstrating that the proposed Ethernet to Synchronous/ Asynchronous Serial Multi-Port Communications Device offered meets all of the specifications marked "yes" from the specification checklist, attachment (1). If the proposed device is a modified commercial item, provide the identifying factors of the basic commercial item such as catalog description/ manufacturer part number, etc, and for the modified portion of the device, provide a detailed description of how the item is being modified to meet the required specifications. The written proposal shall distinguish the "required" specifications from those provided specification that are "desired". Any provided "desired" specification shall be highlighted or marked within the technical details by indicating "DESIRED" next to the details. Factor 1 is a pass/fail. If Factor 1 is rated "fail", the quote will not receive further consideration. For Factor 3, Corporate Experience/Past performance, the quoter shall provide a name and phone number for two (2) work experiences performed within the last three years for which the quoter has provided a product similar/same as this requirement. Page Limitation for Factor 3 is 2 pages. For Factor 4, Price. To analyze the reasonableness of the proposed price, the quoter shall provide a copy of the commercial published price list for the proposed item. If the proposed item is a modified commercial item, provide the published price list for the basic item and include a cost breakdown for the modified portion to include: (a) Itemization of significant material items (greater than or equal to $2,500) associated with the proposed price and (b) itemize the labor costs by showing the categories, number of labor hours per labor category, and burdened hourly labor rates per labor category. This acquisition will utilize the Technical/Price tradeoff source selection procedure to make an assessment for a best value award decision. A decision on the technical acceptability of each quote will be made on a pass/fail of the proposed device (Factor 1). Quotes who do not meet the required specifications will receive a "Fail" rating and will not receive further consideration. For those offerors quotes who are determined to be technically acceptable, tradeoffs may be made among desired specifications (Factor 2), demonstrated corporate experience/past performance (Factor 3) and Price (Factor 4), with desired specifications, demonstrated experience/past performance being more important than Price. The Government reserves the right to make award on the initial quote received without opportunities for dialogue or quote revisions. Quotes shall be submitted electronically by accessing the SPAWAR E-Commerce page at https://e-commerce.spawar.navy.mil. Offerors submitting electronic quotes (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a quote. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The point of contact for this requirement is Esther E. Christianson, Contract Specialist, at 619-553- 4333, e-mail esther.christianson@navy.mil. All applicable attachments to the combined synopsis/solicitation can be found at https://e-commerce.spawar.navy.mil/.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=F16560B8EB749AAF8825731D007A41D9&editflag=0)
 
Record
SN01347311-W 20070721/070720002435 (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.