Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

66 -- Mass Property Instrument, Model KSR1320-1500.

Notice Date
2/27/2009
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016709T0073
 
Point of Contact
Sandra Guarini 301-227-4212
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice.Solicitation number N00167-09-T-0073 applies and is hereby issued as a request for quotation (RFQ). This announcement constitutes the only solicitation; a written solicitation will not be issued. The Naval Surface Warfare Center, Carderock Division (NSWCCD) has a requirement for a Mass Property Instrument, Model KSR1320-1500. NSWCCD intends to solicit and negotiate on a non-competitive basis with Space Electronics LLC, CT 06037-1540 This notice of intent is not a request for competitive quotes, however all responsible sources submitting quotes within 7 days after date of publication of this synopsis shall be considered by the agency. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested persons may forward their capabilities statements to the Government POC referencing RFQ N00167-09-T-0073. The applicable North American Industry Classification System (NAICS) Code is 334519. The Small Business Administration size standard is 500 employees. A firm-fixed price purchase order is anticipated under Simplified Acquisition Procedures. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. The requirement as follows: >Clin-0001- Quantity-- (1) each-Item Description: Space Electronics LLC Mass Property Instrument, Model KSR1320-1500, which includes the following specifications:- Instrument capable of simultaneously measuring center of gravity and moment of inertia for objects that weigh between 150-1250 lbs.- Measurement accuracy for center of gravity and moment of inertia less than 1% of reading.- Instrument whose measurement is NIST traceable and comes with ability to routinely confirm its calibration.- Instrument which comes with software that automatically analyzes the measured data and gives the user specific mass property quantities.- Ability to save the results in an electronic file format.- Ability to tare fixtures or other objects from the test object. Fob Destination. Final inspection and acceptance will be at Naval Surface Warfare Center- Carderock Division, 9500 MacArthur Blvd; West Bethesda, MD 20817-5700. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 as well as DCN 20090115. Clauses and provisions may be accessed through the following websites: FAR clauses - http://www.arnet.gov/far/ -- DFARS clauses - http://www.acq.osd.mil/dp/dars/dfars.html The following provisions and clauses apply: 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2007) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2007) (DEVIATION) Incorporating {52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52.222-41, 52.222-50, 52.222-51,52.222-53,,52.223-15, 52.247-64}. 252.212-7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION)Incorporating {252.225-7001, 252.225-7012, 252.225-7036, 252.225-7036 ALT 1,}. 52.211-15 DEFENSE PRIORI! TY AND ALLOCATION REQUIREMENTS (SEP 1990); 52.253-1 COMPUTER GENERATED FORMS (JAN 1991); 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990), (DO); 2.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2007); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984); 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NO2007) ALTERNATE I (APR 2002) [FILL-IN]; 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) [FILL-IN]. All contractors and individuals doing business with the Federal Government must be registered at the Contractor Central Registration Database (CCR) to be considered for award. Information on registration and annual confirmation requirements are found via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Offers must be submitted directly to the point of contact through email or fax. Email > Sandra.guarini @navy.mil; Fax number >301-227-1847. All responses must be received by March 9, 2009 - 2:00 p.m. Eastern Time. Submit signed and dated offers to the officeSpecified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum an offer must include the following information: The solicitation number; the time specified in the solicitation for receipt of offers; the name, address, and telephone number of the offeror; a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; terms of any express warranty; Price and any discount terms; "Remit to" address, if different than mailing address; a completed copy of the representations and certifications at FAR 52.212-3 ALT I and 252.212-7000; acknowledgment of solicitation amendments. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms,! conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=43ceeae5240ab2919fdbe6728dc2882e&tab=core&_cview=1)
 
Record
SN01758947-W 20090301/090227220544-6d301d9d1fe1b148e5b282f2870dc2ce (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.