Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

20 -- Buoy Mini-Directional Wave

Notice Date
12/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-09-Q-0002
 
Archive Date
1/13/2009
 
Point of Contact
Christine E Johnson,, Phone: 813-826-6038, Sandra L Smith,, Phone: 813-826-7335
 
E-Mail Address
johnsc1@socom.mil, smiths1@socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures. United States Special Operations Command has a requirement for a Mini-Directional Wave Buoy. This announcement constitutes the only solicitation; a written solicitation will not be issued. FEDBIZOPPS shall be the method of posting this solicitation. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation Number H92222-09-Q-0002 is being issued as a Request for Quotation (RFQ) for a Firm Fixed Price (FFP) contract and incorporates provisions and clauses listed below and that in effect through Federal Acquisition Circular 2005-29, dated 14 Nov 2008. The NAICS code is 334513, the Small Business Standard is 500 Employees, and this acquisition is 100% set-aside for Small Business Concerns. Description of Item Requested: Mini-directional Wave Buoy; 1 each _______________ Test equipment, oceanographic, mini-directional wave buoy. USSOCOM requires a temporary buoy to document sea conditions when conducting small craft test and trials in coastal waters of not greater than 300 ft depth. Buoy will be deployed for 8 hr periods, while conducting daytime trials and recovered daily. Data requirements: 360 degrees directional buoy (+/- 1.5 degrees or less). Must record wave height from -20 to +20 meters (+/- 0.01m or less). Must use sampling rate of 1 Hz or higher. Data must be stored and retrievable by PC using MathCAD or PC based spreadsheet software. Memory must be adequate to support test period of up to 14 days. Physical requirements: Sphere or Spar type buoy must have diameter less than 0.5 meters, and Height (spar) not more than 0.6 meters. Buoy must weigh less than 25 kg. Buoy must be delivered with 2 sets of batteries. Battery packages must be replaceable and rechargeable. Delivery required on or before 30 January 2009. FOB destination. Deliver to: USSOCOM/SOAL-NS-C, (Attn: David Vann) 7701 Tampa Point Blvd., MacDill AFB, FL 33621. All offerors must be registered in the Central Contractor Registration (http://www.ccr.gov ) to receive award of a purchase order and the method of payment is via Wide Area Work Flow. One firm-fixed price award is anticipated based on lowest price and delivery date. All responsible concerns may submit a quote that will be considered by this agency. Quotes shall be FOB Destination. Quotes will be via electronic mail to johnsc1@socom.mil. Quotations are due by 4:00 PM, December 29, 2008. Point of contact is Christine E. Johnson, Contract Specialist, Ph: (813) 826-6038, USSOCOM, SOAL-KW, 7701 Tampa Point Boulevard, MacDill AFB, FL 33621-5323. The Contracting Officer is Ms. Sandra Smith, email smith1@socom.mil. NOTE: Offerors must include a completed copy of FAR 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional terms and conditions applicable to this procurement are: 52.212-1 Instruction to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial items, also see http://orca.bpn.gov; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (will be in the award); including 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers and Disabilities; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. 52.223-3 Hazardous Material Identification and Material Safety Data DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contracting Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58ab29cc2a9be4fa23e882fb7a4ab000&tab=core&_cview=1)
 
Place of Performance
Address: SOAL-KW, 7701 Tampa Point Blvd., MacDill AFB, Florida, 33621-5323, United States
Zip Code: 33621-5323
 
Record
SN01722365-W 20081221/081219220007-58ab29cc2a9be4fa23e882fb7a4ab000 (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.