Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

36 -- 95 - Analysis Chamber

Notice Date
2/13/2009
 
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
N0017409R0018
 
Response Due
3/16/2009
 
Archive Date
3/31/2009
 
Point of Contact
Teresa M. Palumbo 301-744-6612
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
3695 - Analysis Chamber This is a combined synopsis solicitation for commercial item prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition has a 10% HUBZONE preference. This request for quote (RFP) N00174-09-R-0018 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 is 334516. Size standard is 500 employees. The Federal Supply Class (FSC) is 3695. The offeror shall provide a firm fixed price offer for a cluster production and analysis chamber to be designed, built and installed at Naval Surface Warfare Center Indian Head. Shipping charges shall be provided up front and the instrument is to be delivered as a complete unit (or ! assembled onsite if too large to ship as a whole) and in working operating condition. On site installation and training shall be included in the price. Mandatory requirements are the salient characteristics included in the attachment to this synopsis. Proposals shall include any charges for delivery to destination Indian Head, MD. Estimated delivery date is approximately 16 weeks from date of contract award. 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 52.219-3, 52.219-4, 52.219-28, 52.222-3!, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13 and 52.232-33. 52.212-2, Evaluation-Commercial Items: the evaluation factors are as follows, listed in descending order of importance, unless otherwise stated. Factor 1 - Technical: The evaluation shall consider offerors ability to meet minimum specifications. Offerors shall provide a copy of the complete technical specifications. The offeror shall respond with a line-by-line response attesting to full compliance to each item listed under the mandatory minimum performance specifications and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. Factor 2 - Past Performance: Offeror 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 charges to destination. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. The Government will make a best value determination based on these factors. Intent is to 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. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.)Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2.)The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3.)In addition, if you are quoting on a comparable commercial item, product literature must be included. 4.)To reiterate, All FAR certifications and representations specified above must also accompany your quote unless available on line. Any and all questions must be submitted 5 business days before close of solicitation. No questions will be accepted after than time. Responses must be received no later than 1:00 p.m. EST on 16 March 2009. Provide responses to the attention of Teresa M. Palumbo, Code C13C, NSWC IH, 4072 North Jackson Street, Building 1558, Indian Head, MD 20640-5035; or via e-mail at teresa.palumbo@navy.mil. Provide questions via e-mail or phone 301-744-6612. This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=caa4ed5a157002a0b6de859e60d2a1f2&tab=core&_cview=1)
 
Record
SN01751142-W 20090215/090213221445-885aece5f160fbf8e0a792cbbdc1c912 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.