Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

10 -- Various parts for Omega E10 Firing Device and WIFI control interface systems (Sole Source Requirement)

Notice Date
9/8/2008
 
Notice Type
Presolicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0740
 
Response Due
9/15/2008
 
Archive Date
9/30/2008
 
Point of Contact
Rachel McFarland 562-626-7319 Rachel McFarland<br />
 
Small Business Set-Aside
N/A
 
Description
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 N00244-08-T-0740. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080818. It is the contractor's responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index!.htm. The NAICS code is 332995 and the Small Business Standard is 500. The Fleet and Industrial Supply Center, San Diego, Seal Beach division, intends to negotiate on a sole source basis with Titan Dynamics Systems, Inc, Marshall. TX to provide the following: CLIN 0001- (1 EA)-Auroa Assembly Finished, Item# AUR.001200; CLIN 0002- (2 EA)- Omega E10 firing module finished, Item # E10.005100; CLIN 0003- (1EA)- Battlefield Effect Control Bridge, 4 Device; Item # WIFI.000001; CLIN 0004- (1 EA) -Battlefield Effect Bridge/Repeater, 500mW; Item#WIFI.000002; CLIN 0005- (1 EA) - WIFI Software Master License ; Item # WIFI.000003; CLIN 0006- (2 EA)- Antenna, 12 DBI, with Hardware Item # WIFI.000004; CLIN 0007- (1 EA) - 2 Pack Tripod Stand w/h Carry Case, Item# WIFI.000005.01; CLIN 0008- (1 EA) - Coax Cable, 20 ft. Low Loss; CLIN 0009-1 EA- Coax Cable, 50 ft. Low Loss; CLIN 0010- (1 EA) - Cable, 25ft. CAT's Weatherproof; CLIN 0011- (1 EA) - Carry Case; CLIN 0012- (2 EA) -Octatro! n Trigger Cable for O60/O36; CLIN 0013-1 EA- Power Cable, Octatron Radio; CLIN 0014- (2 EA)-Cable, Power 8" Remote Trigger Box; CLIN 0015- Training for New Equipment ; CLIN 0016-Freight charges. The authority for this sole source action is USC 2304 (c) 1, as implement by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the Agency's requirement. Titan Dynamics Systems, Inc is the sole designer and manufacturer and can provide specific design, engineering, and components for its products. A determination not to compete this requirement is within the discretion of Government. This notice is for information only. It is not a request for proposals or a solicitation of offers. Place of delivery is Yuma Tactical Training Range, Yuma, AZ. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Co! nvict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incl! uding 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 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, the Government will consider all proposals received within 7 days after date of publication of this synopsis. A determination by the government not to compete 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. All responsible sources may submit a quote, which shall be considered by the agency. Award Criteria: Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of ! FAR Part 9, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Anticipated award date will be on or before 9/15/2008. Electronic and/or facsimile quotes will be accepted. Fax quote to 562-626-7877 or Email Rachel.McFarland@navy.mil. Fax proposal to 562-626-7877 or Email: Rachel.McFarland@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0ae90be23515e1dc98ee7c7906435ef&tab=core&_cview=1)
 
Record
SN01662529-W 20080910/080908220122-92c63fedf2c21e15b13f7c9ff3a21459 (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.