Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

70 -- Automatic Data Processing Equipment (Firmware, Software, Supplies)

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017807R3059
 
Response Due
8/20/2007
 
Archive Date
10/12/2007
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. FAR Subpart 13.5 will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure the following items: CLIN 0001 47 each ? ECPINS-M single station licenses for SBI SURC, SBI RPB and USMI RAB. CLIN 0002 2 each ? ECPINS-M Operator Training Course ? 12 people per course NSWC intends to procure these items on a sole source basis from CHI Systems Inc. 1035 Virginia Drive Suite 300 Fort Washington, PA 19034. CHI Systems Inc.?s ECPINS-M software is currently the only product that meets all of the navigational and operational requirements of the RIVRON boats/combat systems. The Government reserves the right to award on an all or none basis. This solicitation, number N00178-07-R-3059, is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-18, Effective 30 June 2007 & DFARS Change Notice 20070702 dated 02 July 2007. The NAICS Code associated with this procurement is 511210 and the FSC is 7030. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204 -7 Central Contractor Registration. FAR 52.212-1 Instructions to Offe rors - Commercial Items; FAR 52.212-2 Evaluation ? Commercial Items (fill in: Factors used to evaluate offers are: (1) technical capability to meet the Government requirement and (2) price. A best value award will be made to the responsible offeror with the lowest priced, technically acceptable offer.); FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (June 2007) Subparagraphs (a), (b)1, 7, 16, 18, 19, 20, 21, 22, 23, 33 (d) and (e) apply. FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (wi th selection of elements as required by DFAR prescription). Subparagraphs (b) 4, 5, 14, 15, 16, 17, 19, 20(i), and (c) apply. DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror?s proposal/capability statement for this requirement. The Government will award a Firm Fixed-Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price. The offeror shall convey all standard manufacturer commercial warranties to the buyer. To assist in determining whether the prices quoted in your offer under subject solicitation are "fair and reasonable" in accordance with Federal Acquisition Regulation (FAR) requirements, your cooperation is requested in submitting the following information: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list is regularly maintained and is published or available for inspection by customers along with the current sales prices. (c) A statement that these items are commercial and sold to the general public at the prices list ed in the above referenced catalog or established price list. (d) 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. If the offeror is unable to provide the information requested above, the offeror is requested to submit the pricing information on the three most recent sales of the items being procured or similar items. This information should include: date of sale; quantity; unit price; customer contract number and customer contact information. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. The closing date is 20 August 2007 at 1200 noon, Eastern Time. Anticipated Award date is 27 August 2007. All items shall be priced FOB-Destination, Dahlgren, VA. All items shall be delivered t o the NSWCDD Receiving Officer, 6220 Tisdale Rd., Ste 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Delivery of the first installment of software shall be 10 days from the date of award. Electronic quote submission is encouraged at DLGR_NSWC_XDS13@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: XDS13-10, Bldg. 183, Room 106, 17632 Dahlgren Rd. Ste 157, Dahlgren, VA 22448-5110.
 
Record
SN01369380-W 20070812/070810222520 (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.