Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

59 -- Communication Equipment

Notice Date
2/20/2009
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V553229043AH4
 
Response Due
3/2/2009
 
Archive Date
3/17/2009
 
Point of Contact
LT Don McIntyre 757-443-1407 Scott Wilkins757-443-1326
 
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 V553229043AH49. 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 code is 334220 (750 employees). FISC Norfolk intends to award a firm fixed price contract for 12 (twelve) each Harris Corporation, RF Communic! ations Division, 1680 University Avenue, Rochester, NY 146710 RF-5980-SA001 Speaker, Tactical; 12 (twelve) each RF-5850-PS001 Power Supply AC/DC Input; 10 (ten) each RF-1936-02 Mounting Plate for Flat Surface mounting for the RF-1936V-10. Delivery: is May 1, 2009, please indicate if FOB Destination OR FOB Origin applies. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including 52.203-6 Restrictions on Sub Contractor Sales to the Government (SEP 2006), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities ! (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP2006), 52.222-39 Notification of Employee Rights (DEC 2004), 52.225-13 Restrictions on Certain Contractor Registration (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003), 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 (SEP 2007); Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009), the following clauses apply and are in! corporated by reference: 252-225-7001 Buy American Act and Balance of Payment Program (DEC 2008), 252-225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009), and 252-232-7003 Electronic Submission of Payment Requests (MAR 2008), and 252-247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 52.225-8 Duty Free-Entry (FEB 2000)., 252-211-7003 Item Identification and Valuation (AUG 2008). All clauses shall be incorporated by reference in the order. This announcement will close at 12:00pm EST on March 2, 2009. 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. Offers can be e-mailed to Donald.m.mcintyre2@navy.mil, faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, A! ttn: LT Don McIntyre, Norfolk, VA 23511-3392. Reference RFQ V553229043AH49 on your proposal. POC: LT Don McIntyre, Contract Specialist, Phone 757-443-1407, Fax 757-443-1402, Email Donald.m.mcintyre2@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e98e957f40a5d7df7687a813396075cb&tab=core&_cview=1)
 
Record
SN01754185-W 20090222/090220215138-5316bc3c5fd0f57a81a46d5984d4a705 (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.