Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

46 -- Orion Model 5 Advanced Wastewater Purification System Unit and analysis for shipboard use

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016708T0092
 
Response Due
4/3/2008
 
Archive Date
5/3/2008
 
Point of Contact
Michelle Pearman 301-227-3603
 
E-Mail Address
Email your questions to Michelle Pearman
(michelle.pearman@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. Solicitation number N00167-08-T-0092 applies and is issued as a request for quotation (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code is 562219 with small business size standard 11.5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 as well as DCN 20080303. The proposed contract action is being solicited on a sole-source basis to Navalis Environmental System, LLC in Scottsdale, AZ. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source pursuant to FAR 6.302-1(a)(2)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This acquisition is to conduct Dynamic Design Analysis Method (DDAM) Grade B Shock Analysis, purchase one Orion Model 5 Adva nced Wastewater Purification (AWP) System unit, and one Nautilus Sludge Reduction System integated into Navalis Orion Model 5 AWP System. This requirement is as follows: CLIN 0001 ? Conduct Dynamic Design Analysis Method (DDAM) Grade B Shock Analysis; CLIN 0002 ? One (1) Orion Model 5 Advanced Wastewater Purification (AWP) System Unit, CLIN 0003 ? One (1) Nautilus Sludge Reduction System integrated into Navalis Orion Model 5 AWP System. To assist the Government in determining cost reasonableness/realism for this effort, the offeror shall provide sufficient detailed cost information for each CLIN with their cost proposal to make this determination. DELIVERY INFORMATION: CLIN DELIVERY DATE QUANTITY 0001 30 September 2008 1 SHIP TO ADDRESS: NAVAL SURFACE WARFARE CENTER N00167 CARDEROCK DIVISION,CODE 3341,RECEIVING OFFICER,FISC RECEIVING 9500 MACARTHUR BLVD,WEST BETHESDA MD 20817-5700 FOB: DESTINATION. 0002 30 September 2008 1 SHIP TO ADDRESS: NAVAL SURFACE WARFARE CENTER N00167 CARDEROCK DIVISION,CODE 3341,RECEIVING OFFICER,FISC RECEIVING 9500 MACARTHUR BLVD,WEST BETHESDA MD 20817-5700 FOB: DESTINATION. 0003 30 September 2008 1 SHIP TO ADDRESS: NAVAL SURFACE WARFARE CENTER N00167 CARDEROCK DIVISION,CODE 3341,RECEIVING OFFICER,FISC RECEIVING 9500 MACARTHUR BLVD,WEST BETHESDA MD 20817-5700 FOB: DESTINATION. The following provisions and clauses apply: 52.203-3 Gratuities APR 1984; 52.212-1 Instructions to Offerors--Commercial Items NOV 2007; 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2008; 52.217-5 Evaluation Of Options JUL 1990; 52.217-7 Option For Increased Quantity-Separately Priced Line Item MAR 1989; 52.222-22 Previous Contracts And Compliance Reports FEB 1999; 52.222-25 Affirmative Action Compliance APR 1984; 52.225-18 Place of Manufacture SEP 2006; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003; 52.233-3 Protest After Award AUG 1996; 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004; 52.237-3 Continuity Of Services JAN 1991; 52.242-13 Bankruptcy JUL 1995; 52.242-15 Stop-Work Order AUG 1989; 52.247-34 F.O.B. Destination NOV 1991; 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998; 52.252-2 Clauses Incorporated By Reference FEB 1998; 52.252-5 Authorized Deviations In Provisions APR 1984; 52.252-6 Authorized Deviations In Clauses APR 1984; 52.253-1 Computer Generated Forms JAN 1991; 252.204-7003 Control Of Government Personnel Work Product APR 1992; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006; 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items MAR 2008; 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005; 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003; 252.225-7012 Preference For Certain Domestic Commodities MAR 2008; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008; 252.243-7002 Requests for Equitable Adjustment MAR 1998; CAR-G11 Invoice Instructions (DEC 2007) (NSWCCD) (see attachment for full text). NOTE: The following provisions with a ?FILL IN? MUST BE COMPLETELY FILLED OUT and submitted with the offer: 52.212-1 Instructions to Offerors?Commercial Items (NOV 2007) (FILL IN); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2007)?Alternate I (APR 2002) (FILL IN); 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (FEB 2001)(FILL IN); 252.225-7000 Buy American Act ? Balance of Payments Program Certificate (JUN 2005)(FILL IN). Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. All parties responding to the Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g.; company letterhead, quote form, etc.). As a minimum, offers must show: (1)The solicitation number. (2)The time specified in the solicitation for receipt of offers. (3)The name, address, and telephone number of the offeror. (4)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5)Terms of any express warranty. (6)Price and any discount/payment terms. (7)A completed copy of all ?FILL-IN? provisions as required herein. (8) Acknowledgment of Solicitation Amendments. (9)Valid Commercial and Government Entity number (CAGE). (10)Valid Data Universal Numbering System number (DUNS). Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All responses must be received by Thursday 3 April 2008 at 5:00 pm (EST) and shall reference the Request for Quote (RFQ) number N00167-08-T-0092. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Questions/responses relative to this solicitation may be addressed to the contract specialist, Michelle Pearman, via fax at 301-227-3476; or via email at michelle.pearman@navy.mil.
 
Record
SN01541192-W 20080327/080325225503 (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.