Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOLICITATION NOTICE

66 -- Grinder/Polisher, Power Head, Speciment Holder-Barrel, Bimetallic Plate & Magnetic Disk

Notice Date
10/14/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Indian Head Division, N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017409Q0003
 
Response Due
10/28/2008
 
Archive Date
11/12/2008
 
Point of Contact
Sharon Cooper 301-744-6789 Sharon Cooper 301-744-6789Georgia Warder 301-744-6679
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordancewith the format in Subpart 12.6 as supplemented with additional information included inthis notice. This announcement constitutes the only solicitation; quotes are beingrequested and a written solicitation will not be issued. NOTE: 100% SMALL BUSINESS SET-ASIDE-OFFERS OTHER THAN SMALL BUSINESSES ARE ALSO INVITED TO SUMIT OFFERS. IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM SMALL BUSINESS THE SET-ASIDE WILL BE AUTOMATICALLY DISSOLVED AND OFFERS FROM OTHER THAN SMALL BUINSESS MAY BE CONSIDERED FOR AWARD.This request for quote (RFP) N00174-09-Q-0003 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code 334516 Size standard 500 employees. The offeror shall provide a firm fixed price offer for (1) one - 8" variable speed table-top model Grinder-polisher(1) one - Automatic Power Head, featuring electronic strain gauge controlled application(1) one - (1-1/2 X3) specimen holder - barrel type(1) one - 8" magnetic disc(3) three - 8" Bimetallic plate DELIVERY FOB destination, delivered by November 15, 2008. UNLESS AVAILABLE VIA ORCA THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.219-1 Alt 1 Small Business Program Representative, FAR 52.212-3, Offeror Representation and Certifications - Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, with reference to 52.219-28, 52.222-3, 52.222-19, 52.222-! 21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.223-13, and 52.232-33. Addendum to 52.212-4 includes DFARS 252.211-7003 Item Identification and Valuation. 52.212-2, Factor 1 Technical: The evaluation shall consider offerors ability to meet salient characteristic specifications. Offerors shall provide a copy of the complete technical specifications. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. Factor 2 Past Performance: Offerors shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government shall utilize other sources for past performance information as available. Factor 3 -Price - Offeror shall provide pricing to include any warranty, installation and delivery to destination. Failure to address any of the instructions within this combine synopsis/solicitation may result in a proposal being considered unacceptable. The government will make a best value determination based on these factors. Intent is t! o award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Offerors must provide with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003) or ORCA showing above referenced NAICS code. Responses must be received no later than 3:00 p.m. EST on 24-OCT-2008. Provide responses to Sharon Cooper, Code C13B, NAVSEA Indian Head Division, Procurement Department, 4072 North Jackson Road, Building 1558, Suite 132 and NSWC Indian Head, MD 20640-5115. (301) 744-6789 or Sharon.cooper@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=37ce575d4d3f13a9812caca5dd603454&tab=core&_cview=1)
 
Record
SN01691507-W 20081016/081014220111-a717b6525ad84b5a9a96a08dab32e66c (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.