Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOLICITATION NOTICE

63 -- UPGRADE MICROWAVE ANTENNA

Notice Date
10/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0034
 
Response Due
11/15/2007
 
Archive Date
12/15/2007
 
Point of Contact
Marty Daugherty 562-626-7368
 
E-Mail Address
Email your questions to Contract Specialist
(martha.daugherty@navy.mil)
 
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 (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-08-T-0034. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-20 and DFARS Change Notice 20070913. It is the contractor?s responsibility 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 334220 and the Small Business Standard is 750 employees. The Fleet & Industrial Supply Center Seal Beach requests responses from qualified sources capable of providing: Line Item 0001: (1 Lot) Upgrade to existing swanquarter to Merrion Microwave Link for NAS Oceana TACTS in accordance with specification and Line Item 0002: (1 Lot) Data in accordance with CDRLs. Delivery Oceana, VA. FOB Destination. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Tra de Agreement Implementation Act. DFAR 252.204-7004 Required Central Co ntractor Registration, applies to all solicitations issued on or after 7/11/05; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-34 F.O.B Destination. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnis h product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) TECHNICAL CAPABILITY OF THE ITEM TO MEET THE REQUIREMENT (ii) ABILITY TO MEET REQUIRED DELIVERY DATE(S) AND FOB TERMS (iii) PRICE Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall render the offer to be technically unacceptable and not considered for award. Offeror's commercial product brochures or technical information, shall be used to make a determination of whether the offeror meets the technical capability requirements. Offerors shall, therefore, provide information that clearly demonstrates their ability to meet the technical capability requirements. The Government's required delivery schedule/date(s). Ability to meet the stated required delivery schedule/date(s) and FOB terms shall be demonstrated by the offeror's submission of a signed offer which has not taken exception to the required delivery schedule/date or place of delivery. Offers which take exception and do not meet the stated Government required delivery schedule/date(s) and FOB terms may be determined to be unacceptable and not considered for award. Award will be made to that responsible offeror which meets both of the above minimum technical and schedule requirements and offers the lowest price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company?s products that meet the specifications, along with applicable government discounts. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.gov. Quotes must be received no later than 3:00 Local Time, 15 November 2007 and will be accepted via FAX 562-626-7275, Attn: Marty Daugherty, or e-mail martha.daugherty@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher.
 
Web Link
Click here to learn more about FISC San Diego
(http://www.navsup.navy.mil)
 
Record
SN01441904-W 20071028/071026223732 (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.