Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
SOLICITATION NOTICE

61 -- Rework of Power Generation Equipment

Notice Date
2/1/2008
 
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
N6133108T1742
 
Response Due
2/19/2008
 
Archive Date
3/20/2008
 
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-1742. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award on a Sole Source basis a firm-fixed price contract to PowerSystems International, Inc., 860 Douglas Way, Natural Bridge Station, VA 24579. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. The DJC2 program is an accelerated acquisition DoD program. The accelerated acquisition program is a DoD experiment in how fast rapidly evolving technologies can be developed and fielded to the warfighter. Thu s said, schedules for the integration and delivery of this system were made without the traditional acquisition program's normal lifespan. DJC2 progressed from inception to Milestone "C" to the build of systems in support of its initial operational capability (IOC), over the short span of approximately eighteen months. These listed products provide the necessary environment for control and protection of mission-critical command and control electronics in this deployable system. 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. As it stands, PSI provides a significant portion of the critical infrastructure support equipment that has been fielded with the first DJC2 systems. To eliminate the major impacts to configuration ma nagement, training, and logistics support, and the associated cost imp act, that would occur from selection of any other vendor, PSI is identified as the only vendor for the infrastructure support equipment listed in the table. Successful demonstration of these products and service competency has been shown during 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 PSI is deemed essential due to the program's rapid timeline. Items purchase for this requisition will be used for production and fielding of a warfighter deliverable in accordance with the required delivery date of the requisition. The following is being procured: CLIN 0001: P/N 2003727, Kit 60KW DEG Rework (Digital Conversion), 7 EA. This kit will add Shore Power and Digital Controls to the 60KW Trailer System that you now have (PSI Part # 000871). Does not include Stenciling or lift and tie down modifications. Stenciling, lift and tie down modifications have been included in this quotation as separate line items. CLIN 0002: Service, Stenciling, 7 EA. Stenciling per drawing provided by David Gotham, for the 60KW Trailer System. CLIN 0003: P/N 3003499-001, Kit Trlr Lift/Tie Down Hardware Upgrade 7 EA NAICS CODE IS 335312. Small Business Size Standard is 1000 employees. FSC is 6115. 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. 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 Registration (CCR) database. Lack of registration in the CCR database wi ll 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 mentioned catalog or established price list; (d) a statement that the q uoted prices, including consideration of any discount or rebate arrang ement, 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 252.247-702 4. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. Electronic quotes are encouraged to Lonnie Oswalt. 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
SN01498667-W 20080203/080201224456 (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.