Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

67 -- Infrared Camera

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0501
 
Response Due
7/17/2009
 
Archive Date
7/18/2009
 
Point of Contact
Nick Giacalone 619-532-2582 Please contact the contract specialist by email at nick.giacalone@navy.mil in regards to any questions to this solicitation.<br />
 
E-Mail Address
The Contracts Specialist email address
(nick.giacalone@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-09-T-****. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-28 and DFARS-DCN 20081218. This solicitation is issued as small business set-aside NAICS Code 333315 is applicable and business size is 500 employees. SECTION A: *********************************************************************************Line Item 0001: Infrared Camera; 1 Each Part number P640 the Manufacture is FLIR Systems. "Name Brand or Equal" Applies. (See NECO attachment for list of Salient Characteristics). ***Note***If other then name brand parts are quoted: The vendor must supply technical data that includes all specifications of those parts so it can be used to determine its equality to the name brand parts stated in this solicitation. Vendors' bids that don't include sufficient data for determining technical equivalency will be determined to be unacceptable to this command. Government Delivery Requirements: The Government requires all material to be delivered By July 30, 2009. If above day cannot be met contractors must provide an accurate and realistic delivery schedule. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center-SW Building 94 Naval Air Station North Island San Diego, CA 92135. Post Award Contract Administration will be performed by FISCSD, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Any technical questions are to be directed to: Nick Giacalone Contract Specialist, US Navy, FISCSD, Code 240, 619-532-2582, nick.giacalone@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 1600 p.m. (PST) on July 13, 2009. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. SECTION B: ****************************************************************************** FAR 52.212-1, Instructions to Offerors Commercial ItemsNOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1 None; SECTION C: ******************************************************************************FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (ii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is as important as Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (c) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (f) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SECTION D: ********************************************************************************* FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a "fill-in." All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. Clauses: 52.204-7 Central Contractor Registration (Jul 2006); SECTION E: *********************************************************************************FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 is hereby incorporated by reference or full text as applicable:FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 333 Non US Navy Owned Cranes Aug 2004; 52.204-7 Central Contractor Registration (Oct 2003); NAVSUP Clause 5252.232-9402 Wide Area Work Flow; SECTION F: *********************************************************************************FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-7 Central Contract Registration; 52.204-8 Annual Representations and Certifications, Jan 2006; 52.211-6 Brand Name or Equal, Aug 1999. DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; 252.225-7014 Preference for domestic specialty metals Jun 2005;End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 "Central Contractor Registration" (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax.Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Nick Giacalone, Code 240, 619-532-2582, 619-532-1088 fax. nick.giacalone@navy.milReference solicitation number: N00244-09-T-0164 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on July 17, 2009. (No Notes)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409T0501/listing.html)
 
Record
SN01864446-W 20090704/090703000628-18d740d0345f5cb39e80c434e0d0b389 (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.