Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOLICITATION NOTICE

81 -- TSC OPE Cases

Notice Date
1/9/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE XPS2 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133108T1731
 
Response Due
1/18/2008
 
Archive Date
2/17/2008
 
Point of Contact
Lonnie Oswalt 850-234-4239 , or Contracting Officer Mark Ross at 850-235-5624
 
Description
This is a combined synopsis/solicitation for a commercial item 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-08-T-1731. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award on a Sole Source basis a firm-fixed price contract to Environmental Container Systems, Inc., dba ECS Composites, 3560 Rogue River Highway, Grants Pass, Oregon 97527-4640. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. Use of the listed ECS Composites products fulfills the following requirements: ECS Composites is the provider of custom made equipment transit cases for DJC2. These transit cas es are essential components of the DJC2 infrastructure support suite. These products provide storage and protection for mission-critical equipment during inclement weather (humidity, water intrusion, solar loading, etc.) and transportation (shock and vibration). These items currently fit within a specific location in the load plan, and are tested and fielded parts of the system. While there are other hardware components that would fulfill the form, fit, and functionality of these items, these items are currently an approved part of the system configuration. Also, most ECS Composites transit cases have been custom designed for specific pieces of equipment in the DJC2 system. As it stands, ECS Composites provide the majority of the transit cases for DJC2 equipment. In an effort to minimize the impacts to configuration management and procurement lead time, ECS Composites should be the chosen vendors for the infrastructure support equipment listed in the table. Successf ul demonstration of product and service competency has been shown duri ng the previous individual system purchases. Due to the rapid procurement and fielding requirements of the DJC2 Joint Program Office, this is deemed the most expedient and cost-effective method available for the short acquisition window. Purchase of this hardware from this manufacturer is deemed essential due to the program?s rapid timeline. The following is being procured: CLIN 0001: 3U Long Case, part number 00110967, 118 each CLIN 0002: 4U Short Case, part number 00111883, 8 each CLIN 0003: 4U Long Case, part number 00111884, 20 each CLIN 0004: 6U Short Case, part number 00111239, 23 each CLIN 0005: 9U Short Case, part number 00111885, 17 each CLIN 0006: 10U Long Case, part number 00111886, 8 each CLIN 0007: UDB Case, part number 00022235, 33 each CLIN 0008: PUK Case, part number 00022567, 6 each CLIN 0009: PUK Case, part number 00022568, 4 each CLIN 0010: PUK Case, part number 00022569, 10 each CLIN 0011: PUK Case, part number 00022570, 4 each NAICS CODE IS 326199. Small Business Size Standard is 500 employees. FSC is 8145. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers no later than 3:00pm (CST) 18 Jan 2008. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Regis tration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item convered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. ? A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above men tioned catalog or established price list; (d) a statement that the quo ted 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. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. 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 (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252 .225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-C9. The closing date for receipt of quotations is no later than 3:00pm (CST) 18 Jan 2008. Electronic quotes are encouraged. Quote may also be faxed to (850) 234-4197 or delivered to NSWC PCD, ATTN: Code XPS2/LONNIE OSWALT, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407-7001.
 
Web Link
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
 
Record
SN01482258-W 20080111/080109224712 (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.