Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

70 -- Winsystems Computer Boards and Accessories

Notice Date
7/29/2008
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE XPS1 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133108T0067
 
Response Due
8/1/2008
 
Archive Date
8/16/2008
 
Point of Contact
STACY FIGLINSKI 850-235-5842 or Contracting Officer Wanda Cutchin, 850-636-6140
 
Small Business Set-Aside
N/A
 
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-0067. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award on a Sole Source basis a firm-fixed price contract to Winsystems, Inc., 715 Stadium Drive, PO Box 121361, Arlington, TX 76012-1361. 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 computer boards, flash card boards, RAM, RS-422 boards, Ethernet controllers and cables being procured are required to fabricate the Amphibious Assault Direction System (AADS) workstations that will be installed on ships deploying in FY09. This material is identical to the material that is currently installed in the fleet. Winsystems is the only manufacturer of this material. These specific components have gone through the shock and vibration testing required for certification of its safety for shipboard installation. Purchase of any other manufacturer's components would require duplication of the shock and vibration testing performed on the Winsystems components at a cost estimated to exceed the cost of the components being procured. Accordingly, Winsystems is the only source for these components.The following is being procured:CLIN 0001: ninety-five (95) each part number (P/N) SODIMM144-G-133-256M, RAMCLIN 0002: sixty (60) each P/N PPM-TX-266-OM-ST, PC/104 Plus CPU BoardCLIN 0003: one hundred (100) each P/N CBL-252-G-1-1.5D, *ROHS* Cable, Dual IDE, FloppyCLIN 0004: one hundred twenty (120) each P/N CBL-251-G-1-1.5C, *ROHS* Cable, Multi-I/O, SerialCLIN 0005: forty-five (45) each P/N PCOM4-1631A PCM-COM4A-16-4 for Coastal Systems StationCLIN 0006: one hundred forty-five (145) each P/N PCM-CFLASH-2-40, PC/104, 16 BIT, OMB, Type 2CLIN 0007: forty-five (45) each P/N PPM-TX-166-OM-ST, PC/104 Plus CPU BoardCLIN 0008: seventy (70) each P/N PPM-10/100, PC/104 Plus 10/100 Ethernet BoardNAICS CODE IS 334111. Small Business Size Standard is 1000 employees. FSC is 7021. 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 to NSWC PCD, no later than 3:00pm (CST) 1 August 2008. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offerors name, address, point of contact, phone and fax numbers, e-mail address; (3)offerors DUNs number, CAGE code and TIN number; (4) documentation that shows the offerors current active registration in the Central Contractor Registration (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 (must list price charged for each 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) in lieu of Past Performance data, offeror can include a copy of the current catalog or established price list for the item covered by the offer (or a link to item pricing on website), or a statement that such catalog or established price list: is regularly maintained; is published or otherwise available for inspection by customers; 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; a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offerors most favored customer for like items in similar quantities under comparable conditions;OTHER TERMS AND CONDITIONS: 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-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) 1 August 2008. Electronic quotes are encouraged to Stacy Figlinski at stacy.figlinski@navy.mil. Quote may also be faxed to (850) 234-4251 or delivered to NSWC PCD, ATTN: Code XPS1/Stacy Figlinski, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407-7001.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6d2aa1c8dba9735c4c62ae9d782a419d&tab=core&_cview=1)
 
Record
SN01625796-W 20080731/080729225107-6d2aa1c8dba9735c4c62ae9d782a419d (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.