Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOLICITATION NOTICE

12 -- Fire Testing Technology Cone Calorimeter System

Notice Date
1/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-08-R-JN04
 
Response Due
2/29/2008
 
Archive Date
1/29/2009
 
Point of Contact
Jennifer Barnidge, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430
 
E-Mail Address
jennifer.barnidge@nrl.navy.mil, jan.bays@nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-08-R-JN04, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-23 and DFARS Change Notice 20080110. The associated small business size standard is 500 employees. NRL has a requirement for a: CLIN 0001: (Qty 1 Ea.) Fire Testing Technology Cone Calorimeter System; Optional CLIN 0002: (Qty 1 Ea) Spare Parts. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/08jn04.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 180 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers:technical capability of the item offered to meet the Government requirement and price. The technical factors are more important than cost and all factors are listed in descending order of importance. Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.
 
Place of Performance
Address: Naval Research Laboratory, 4555 Overlook Avenue S.W., Washington, D.C.
Zip Code: 20375
Country: UNITED STATES
 
Record
SN01495196-W 20080131/080129230729 (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.