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

78 -- Lego Mindstorm NXT Set 12; Lego Mindstorm NXT Set 2; Lego Mindstorm CD NXT & Site License

Notice Date
10/14/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division Code B32, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION, CODE B32 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109T0501
 
Response Due
10/22/2008
 
Archive Date
11/6/2008
 
Point of Contact
Annette de Sercey 850-235-5483 , or Contracting Officer Mark Ross at 850-235-5624
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-09-T-0501. A subsequent solicitation document will not be issued. The Naval Surface Warfare Center, Panama City, FL intends to award a sole source firm fixed price commercial contract for the following: CLIN 0001 - 26 each Lego Mindstorm NXT Set 12 Pack Part Number 991408CLIN 0002 - 1 each Lego Mindstorm NXT Set 2 Pack Part Number 991413CLIN 0003 - 157 each Lego Mindstorm CD NXT & Site License Part Number 991280 These items are being requisitioned in support of the Space and Naval Warfare Systems Command for the U.S. Army Family and Military Welfare and Recreation Command - Child, Youth and School Services program for Youth Technology Labs (YTLs). These items are manufactured by Lego Education of North America, P.O. Box 1707, Pittsburg, KS 66762. These items are not suitable for full and open competition for the following reasons. The specific products being purchased are part of the program defined set determined to best meet the needs of the target audience and are part of the currently approved and accredited systems. These specific products are unique because they are not the standard widely available versions of the Mindstorm sets, but are instead versions specifically crafted to support laboratory and classroom environments. It is these versions of the Mindstorm products which are the approved versions incorporated in the configuration of the Youth Technology Labs, a standa! rdized configuration which is used when building or replenishing YTLs. This laboratory version of the Mindstorm product set is only available from the manufacturer, LEGO Education. Inability to acquire this specific product will jeopardize the ability of the FMWRC to provide the full set of required and accredited capabilities needed to establish new YTLs, thus diminishing the ability to meet their mission requirements. FOB Destination: Delivery Point Destination is the Space and Warfare System Center Atlantic National Capital Region, 1325 10th Street SE, Washington, DC 20374, ATTN: Rhonda Brown/Joila Gomes. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer! by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans a! nd Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (! MAY 2002). 52.225-8 Duty Free-Entry (FEB 2000). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. NAICS 451120 Size Standard $7M. FSC 7820. Point of Contact:Annette de Sercey, Contract Specialist, Phone 850-235-5483, Fax 850-234-4197, Email Annette.desercey@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55ead6a234f36651e81e29b9eb146687&tab=core&_cview=1)
 
Record
SN01691694-W 20081016/081014220447-55ead6a234f36651e81e29b9eb146687 (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.