Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

58 -- Kongsberg license and work station

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32209-9106-MP01
 
Archive Date
5/22/2009
 
Point of Contact
Carrol S Walker,, Phone: 757-462-3262, William Shearer,, Phone: 757 462 4470
 
E-Mail Address
carrol.walker@navy.mil, william.shearer@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under PR N32209-9106-MP01. This procurement is UNRESTRICTED. No solicitation document will not be issued. MSCHQ N10, SMS FIELD DET LITTLE CREEK Norfolk intends to purchase the following items as a Sole Source Procurement to Kongsberg Underwater Technology, Inc of Lynnwood, WA: 001 CARIS HIPS/SIPS additional license with one year subscription - qty 1 002 HYDROGRAPHIC WORKSTATION - qty 1 FOB: Destination or Origin Delivery to: NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. Delivery Date: on or before 12 June 2009. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; The government will award a contract resulting form this solicitation to Kongsberg Underwater Technology, Inc. price and other factors considered. Any other offers received will be considered in accordance with price and other factors. 52.212-3 Offeror Representations and Certifications-Commercial Items ALTERNATE I (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications, Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items 52.225-8 Duty-Free Entry 52.247-29 Origin 52.247-34 Destination Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representatives 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; and 52.215-5 Facsimile Proposals (FAX 757-462-1428). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.211-7007, Item Unique Identification of Government Property 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.247-7023 Transportation of Supplies by Sea Alternate III.. 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. Responses to this solicitation are due by 7 MAY 2009, 11:30AM EST. Offers shall be emailed to Carrol.Walker@navy.mil or fax to (757) 462-1428. Reference PR N32209-9106-MP01 on the quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d663cdab0a301c4d20b11b7e4958d8b3&tab=core&_cview=1)
 
Place of Performance
Address: NWS Yorktown Cheatham Annex, Williamsburg, VA 23185., Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN01808719-W 20090506/090504221432-d663cdab0a301c4d20b11b7e4958d8b3 (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.