Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

59 -- Electrical & Electronic Equipment Components

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017809R3046
 
Response Due
6/30/2009
 
Archive Date
7/30/2009
 
Point of Contact
Cheryl Jason 540-653-4404 Cheryl Jason,Voice: 540-653-4404,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures in accordance with FAR 13.5, prepared in accordance with the format in 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 Naval Surface Warfare Center, Dahlgren Division intends to procure on a sole source basis from Dielectric Sciences, Inc., 88 Turnpike Road, Chelmsford, MA 01824-3526 the following item: CLIN 0001 - 16,000 feet of Part Number 2278 - 350 MCM Coaxial Pulse Cable. Rating: Voltage, 25kV Max (insulation and jacket); Current, 300kA Max (pulse). Cable rolls to be a minimum of 500 feet. An extensive market survey was performed and shows that Dielectric is the only vendor that has the capability of meeting size and power requirements. The Electromagnetic Launcher Facility (EMLF) is currently using more than 15,000 feet of 350MCM pulse cable. Considerable testing has been done to determine the actual current performance limits of this cable and the terminations that have been developed for the power levels at which the EMLF is operating. Procuring a different cable with different dimensions from another vendor would require more time, effort and testing to develop new cable terminations. The delays introduced by developing and testing new terminations would negatively affect the installation of the next two gun lines to become operational in 2010. The NAICS Code associated with this procurement is 335931 and has a small business size standard of 500. Delivery is required 10-12 weeks after receipt of order. If required delivery date cannot be met, an alternative delivery date should be proposed. Pricing will be F.O.B. Destination to the Naval Surface Warfare Center, Dahlgren, VA, 6220 Tisdale Road, Ste, 159, Dahlgren, VA 22448-5114. Therefore, the quote must include all applicable shipping charges. This solicitation, Number N00178-09-R-3046, is issued as a Request for Proposal (RFP). PROVISIONS/CLAUSES: The Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-33 dated 15 June 2009 and DFARS Change Notice 20090115. This solicitation incorporates, by reference, the following FAR and DFARS provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52-212-1, Instructions to Offerors-Commercial Items; FAR 52-212-2, Evaluation-Commercial items. Factors used to evaluate offers are: (1) technical capability to meet the Government requirement and (2) price. Award will be made to the responsible offeror with the lowest price, technically acceptable offer; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (with selection of elements as required by FAR prescription); DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisiti! on of Commercial Items (with selection of elements as required by DFARS prescription); DFARS 252-225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. Additionally, DFARS Clause 52-211-7003 entitled "Unit Identification and Valuation (AGU 2008) will be included in the resultant contract. AWARD: All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The Government will award a Firm Fixed Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price. In order to be eligible for award, firms must be determined responsible in accordance with FAR 9-104-1 and they must be registered in the CCR. (Offerors may obtain information on registration in the CCR on the internet at http://www.ccr.gov). The closing date is 30 June 2009 at 12:00 Noon Eastern Standard Time. Offers may be submitted to cheryl.jason@navy.mil or via facsimile at (540) 653-6810 to the attention of XDS13-14. Request For Proposal Number N00178-09-R-3046 shall be referenced on any correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R3046/listing.html)
 
Record
SN01856951-W 20090627/090626000135-1d54ff7cf4e7701270d5f68cda90fab8 (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.