Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

66 -- Digital Signal Analyzers

Notice Date
9/18/2008
 
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
N0018908TN185
 
Response Due
9/22/2008
 
Archive Date
10/7/2008
 
Point of Contact
Jacqueline Nichols 757-396-8366 Jacqueline Nichols, 757-396-8366Mary Ward, 757-396-8356
 
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 N00189-08-T-N185. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-26 and DFARS Change Notice 20080915. 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 cod! e is 334511 and the Small Business Size Standard is 750. This announcement will close at 10:00 am on Sep 22, 2008. Contact Jacqueline Nichols via email Jacqueline.nichols@navy.mil; facsimile 757-396-8368, or mail FISC - Norfolk Naval Shipyard, Attn: Code 531.1H, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 the closing date for receipt of offers 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 FISC - Norfolk Naval Shipyard, Maritime Industrial Division requests responses from qualified sources capable of providing: Clin 0001 Digital Signal Analyzer Model LYNX, Mfr. Canberra Industries - 10 eachClin 0002 Lynx 19" Rck Mount Kit, Model LYNX-MOUNTKIT-Mfr. Canberra - 6 eachClin 0003 1.5x1.5 LABR INTELL Stabilized Probe Model IPROL-1 - 1 eachClin 0004 Detector Cable Assy, 30 Feet, Model C1551-30 - 4 eachClin 0005 Detector Cable Assy, 40 Feet, Model C1551-40 - 2 eachClin 0006 Detector Cable Assy, 10 Feet, Model C1551-10 - 4 each The required delivery is 31 October 2008. Delivery FOB Destination to Norfolk Naval Shipyard, Attn: Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000. Inspection and acceptance at Destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items including: (16) (17) (18) (19) (20) (21) (22) (24) (36) Quoters are reminded to 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) REQUIREMENTS FOR ACCESS TO NNSY Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. Multiple Items Labeled Separately: Marking Requirements: If more than one item, each item shall be separately marked as applicable with part number, serial number, drawing number and national stock number. Line items shall be separately packaged and container shall be marked with purchase order number and REQN number. If multipack containers are used, individual line items (REQN numbers) must be separated and identified within the multipack. Hazardous Chemical Exposure Contractors are informed that their employees present on property under Norfolk Naval Shipyard cognizance may be exposed to hazardous chemicals as a result of shipyard operations. Information on the materials may be obtained from the Shipyard Safety and Health Office, Code 106.1, phone number (757) 396-3702 or 396-7912 Level C - Preservation and Packaging Preservation, packaging and packing will be Level C defined as complying with the Contractor's commercial practice for shipment of material on a domestic basis that will ensure acceptance by the carrier. 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 prices, 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66fb9578f1f7bccc999eaaf1c8eca64e&tab=core&_cview=1)
 
Record
SN01675355-W 20080920/080918223804-4e8b36c2ea14df11a69e0b5428e0a603 (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.