Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

66 -- Sodium Iodide Detector

Notice Date
9/2/2008
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908TN166
 
Response Due
9/5/2008
 
Archive Date
9/20/2008
 
Point of Contact
Damita Boney-Nichols (757) 396-8345 Damita Boney-Nichols, Contract Specialist, Phone (757) 396-8345, Fax (757) 396-8368, e-mail: damita.boney-nichols@navy.mil<br />
 
Small Business Set-Aside
N/A
 
Description
Fleet and Industrial Supply Center Norfolk, Norfolk Naval Shipyard, Maritime Industrial Division intends to procure on a sole source basis from Saint-Gobain Ceramics & Plastics, Inc. for a sodium iodide detector. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-08-T-N166. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 2008018. It is the responsibility of the ! contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334511 and the Small Business Standard is 750. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(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 bids, proposals, or quotations received by the closing 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. The Fleet and Industrial Supply Center, Norfolk Naval Shipyard, Maritime Industrial Division, requests responses from qualified sources capable of providing one (1) ea Sodium Iodide Detector (3" x 5" x 16"), detector crystal contained in a stainless steel housing and coupled to a 3" diameter R1307 (low K glass) PMT with integral low background voltage divider, 8.5% pulse height resolution at 662 kev. Delivery is 10-31-2008; Delivery Location is Norfolk Naval Shipyard, Attn: Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000. FOB: Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including {16, 17, 18, 19, 20, 21, 22, 24, 36}. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including {4, 17}: While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable bid and past performance. SUP 5252.213-9401 NOTICE TO PROSPECIVE SUPPLIERS (APR 1999) (a) This procurement is subject to the Navys Red/Yellow/Green (RYG) Program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use in the acquisition of supplies and services used to build, maintain, and operate the Fleet. (b) The Government reserves the right to award to the supplier whose quote represents the best value to the Government. As such, the basis for award will include an evaluation of each suppliers past performance history for the Federal Supply Class(s) or Service Code(s) (FSCs) of the supplies and services being purchased. The price to be considered in determining best value will be the evaluated price after application of Technical Evaluation Adjustments (TEAs). (c) The procedures described in the clause entitled, Additional Evaluation Factor for Consideration of Past Performance Navy Red/Yellow/Green Program (APR 1999), will be used to assist in determining the best value for the Government. SUP 5252.213-9402 ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE-NAVY RED/YELLOW/GREEN PROGRAM (APR 1999) (a) This procurement is subject to the Navys Red/Yellow/Green (RYG) Program, authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use by participating activities during the acquisition of supplies and services used to build, maintain, and operate the Fleet. (b) The purpose of RYG is to assist contracting personnel during source selection to determine the best value for the Government. The program uses accumulated supplier past performance data to classify each suppliers performance by Federal Supply Class (es) or Service Code(s) (FSCs) as either red (high risk), yellow (moderate risk), green (low risk) or neutral (no risk established). (c) To assist in source selection a monetary assessment in the form of a Technical Evaluation Adjustment (TEA) is added to each suppliers quote having a red or yellow classification for the FSC involved. The dollar amount of the red or yellow TEA assessment is based on the cost to the Government of effecting additional actions required to assure performance by a supplier with an unsatisfactory performance history for the FSCs involved. No TEA is assessed for a supplier having either a green or a neutral FSC RYG classification. For purposes of the RYG program, a neutral classification is assigned to suppliers who are first time quoters to the Government for the FSC(s) involved, suppliers otherwise having no past performance data in the RYG database for the FSC(s) involved, and suppliers whose past performance data in the RYG database for the FSC(s) involved are over three years old. After consideration of any other pertinent, price-related factors (e.g., transportation charge! s, first article testing, discount terms), the adjusted price becomes the basis for determining award. A suppliers FSC RYG classification may change over time as new or revised performance data becomes available. (d) RYG classifications are summarized as follows: (1) Green is low risk. No performance assurance actions are considered necessary. No TEA will be assessed. (2) Yellow is moderate risk. Additional performance assuring actions are considered necessary. A TEA will be applied to the prospective suppliers price to reflect the Governments estimated additional costs. (3) Red is high risk. Significant additional performance assurance requirements are considered necessary. A TEA will be applied to the prospective suppliers price to reflect the Governments estimated additional costs. (4) Neutral is no risk established. No TEA is assessed; nevertheless, additional performance assurance requirements may be considered necessary to assure quality and on-time delivery. (e) RYG classifications for all applicable FSC(s) are established monthly for each supplier and provided to them. Suppliers may address questions about the program or their FSC RYG classifications to the Naval Sea Systems Logistics Center (NLSC), Portsmouth Detachment, Federal Building, Room 400, 80 Daniel Street, Portsmouth, NH 03801-3884, telephone (603) 431-9460, ext. 464, FAX 603-431-9464. Suppliers may also access their individual FSC RYG classifications through the automated vendor access program. To obtain automated access, written request must be submitted on company letterhead to NLSC at the above address. The request must include the requesters name, title, company name, address, telephone number and Contractor and Government Entity (CAGE) code. The CAGE code is mandatory. In response, NLSC will provide each supplier, without charge, with an individual password, all required software, and information on accessing its individual data. This announcement will close at 4:00 PM on 09-05-08. Contact Damita Boney-Nichols, Contract Specialist who can be reached at (757) 396-8345 or email damita boney-nichols@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(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 within forty-five (45) days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3e2e7169bae3fcf69bf439ceec60f32&tab=core&_cview=1)
 
Record
SN01656923-W 20080904/080902220628-5e72c099f6af992df51589adb6861cdc (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.