Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

66 -- Split-Pair Pulsed Tube Crygen Free Room Temperature Bore Superconducting Magnet

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-09-R-SK05
 
Archive Date
4/23/2010
 
Point of Contact
Susan Kelly,, Phone: 202-767-6815, Brenda Burke,, Phone: (202) 767-2974
 
E-Mail Address
sue.kelly@nrl.navy.mil, brenda.burke@nrl.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-09-R-SK05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-30 and DFARS Change Notice 20090115. The associated small business size standard is 500 employees. NRL has a requirement for a Split-Pair Pulsed Tube Crygen Free Room Temperature Bore Superconducting Magnet as follows: CLIN 0001AA – 1 LO - The Contractor shall deliver a Split-Pair Pulsed Tube Crygen Free Room Temperature Bore Superconducting Magnet in accordance with the Specification, Attachment 1; CLIN 0001AB – 1 EA – Warranty *NSP (not separately priced); CLIN 0001AC – 1 LO - Manuals and Documentation; CLIN 0001AD – 1 EA – Installation and Demonstration of Specifications; CLIN 0001AE – Training; CLIN 0002 – 1 EA - (OPTION 1) Additional vertical room temperature bore perpendicular to the magnetic field (NW50 terminated). The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/09sk05.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 180 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: Technical Capability of the item offered to meet the Government requirement; Price and Past Performance. The Technical Capability is of equal importance to Price and Past Performance factors, when combined, and all factors are listed in descending order of importance. Offeror shall provide test data or documentation verifying that their product meets ALL of the listed requirements and is a tested technology. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP’s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall provide at least 3 customer names and phone numbers as references. Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-15, 52.225-13, 52.232-33, and 52.247-64. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.225-7021, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than seven (7) business days before the response date of this solicitation. The following additional FAR clause applies: 52.215-5. Proposals may be transmitted by e-mail to sue.kelly@nrl.navy.mil in either Microsoft Word or pdf format. Signed pages/documents should be submitted on paper or electronically in.pdf format. If paper copies are submitted, an original and 2 copies of the offeror’s proposal shall be provided. All proposals shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Susan Kelly, Code 3220.sk. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e93992025eee255db5224026bffa618&tab=core&_cview=1)
 
Place of Performance
Address: Contractor Facility, and, Naval Research Laboratory, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN01785877-W 20090405/090403221646-8e93992025eee255db5224026bffa618 (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.