Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

52 -- Coordinate Measuring Tool

Notice Date
4/21/2009
 
Notice Type
Presolicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, N00253 NAVAL UNDERSEA WARFARE CENTER DIVISION 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025309T0114
 
Response Due
4/30/2009
 
Archive Date
5/30/2009
 
Point of Contact
Janet Brunson 3603155881 Monique KloseMonique.Klose@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number:N0025309T0114Notice Type: Combined Synopsis/Solicitation Synopsis: This requirement is in support of the Naval Undersea Warfare Center (NUWC) Keyport, WA and is a combined synopsis/solicitation for commercial item in accordance with the format in FAR Part 12 - Acquisition of Commercial Items and FAR Subpart 13.5 - Test Program for Certain Commercial Items. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference number is N00253-09-T-0114 and is issued as a request for quotation (RFQ).The resultant contract will be a firm fixed price, competed, commercial contract for a Coordinate Measuring Machine (CMM). The CMM will be utilized by the Rapid Prototyping and Fabrication Technology Division to measure and inspect mechanical parts. The CMM shall consist of all equipment, controls, software, manuals and training required to operate the CMM equipment. The CMM shall include three (3) parts limited to the sole source, brand name only, RENISHAW, the original equipment manufacturer (OEM) as shown below. These Renishaw parts are required by the procurement specification, PESK-6899 Rev C, in accordance with the Statement of Work. Only qualified/authorized OEM dealers/distributors of required items are being solicited in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand name items. Quotes will be accepted ONLY from offerors meeting these requirements to ensure that the required items are unaltered, the product is new, app! licable operating system software and licensing issues are not impacted, maintainability is not at issue, and warranties are properly in place. Quotes from other than the above stated criteria will be deemed unresponsive and will not be evaluated. NEW equipment ONLY, NO remanufactured products, and NO "grey" market items will be accepted. Offerors must include a statement with their quote indicating that their offer contains only new equipment, no remanufactured product, and no "grey" market items. The offeror warrants that the parts to be delivered will be of the part number(s) and the supplier specified. This requirement is in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Subparts 6.303, 6.302-1 (a) (2)(ii) (A)and(B), and 6.302-1 (c)-Application for brand name descriptions. CLIN 0001 - Co-ordinate Measuring Machine (CMM)In accordance with the SOW andthe CMM shall include the following RENISHAWbrand name only parts: Qty: 1 each; Description: PH10M Motorized Indexable Probe Head; Part No.: A-1025-0050;Qty: 1 each; Description: TP20 Standard Touch Trigger Probe; Part No.: A-1371-0290; andQty: 1 each; Description: MRC20 Stylus Changing Rack; Part No: A-1371-0261. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and Defense Federal Acquisition Regulations Supplement (DFARS) DCN current to 20060616. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 333999 with an associated small business size standard of 500 employees. Offerors must be registered on Contractor Central Registration (CCR). Quotes must address whether each contract line item number (CLIN) price proposed by the Offeror is based upon "open market" pricing, or use of an existing vehicle such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is not on an "open market" basis, Offerors should also include the contract vehicle number and associated details on which pricing is based as part of their quote for each CLIN. This requirement is FOB DESTINATION: Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The "Ship to" address (for quote purposes) is: Naval Undersea Warfare Center KeyportReceiving OfficerDivision Keyport Supply OfficerBldg. 893610 Dowell StreetKeyport, WA 98345-7610Ph: (360) 396-2776 Delivery shall occur 14 weeks After Date of Contract or sooner. Earlier delivery is acceptable and preferred. Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov.Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance, other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Further details may be found in subject solicitation. The government reserves the right to make award on the initial bid received without discussions. Commercial, Simplified Acquisition Procedures will be used for this procurement. Firms interested in submitting quotes must (1) Complete the pricing unit prices, extended pricing and grand total; (2) complete all Representations and Certifications in the DoD Central Contractor Registration database (http://www.ccr.gov). Responsibility: Offerors must meet the standard for FAR 9.104. No bidders list will be maintained by this office. No paper copies to this RFQ/amendments will be mailed. Response(s) shall be submitted electronically to janet.brunson@navy.mil and must include company's name, point-of-contact, address, valid phone number, fax number, DUNS Number, CAGE Code, Tax ID, and Solicitation Number. Responses may be faxed to 360-396-5648, ATTN: Janet C. Brunson, or emailed to Janet.Brunson@navy.mil. Contractors are responsible for ensuring quotes arrive prior to the due date. Quotes are due no later than 12:00 PM (noon) (PST), Thursday, April 30, 2009. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0dfcb37ec189be8cd9a65555321df92b&tab=core&_cview=1)
 
Place of Performance
Address: Naval Undersea Warfare Center Keyport, 610 Dowell Street, Keyport, WA 98345 , Keyport, WA<br />
Zip Code: 98345<br />
 
Record
SN01797724-W 20090423/090421215824-3dbf858afcf638fc88b78a62b289db7b (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.