Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

66 -- ANALYTICAL EQUIPMENT

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN138
 
Response Due
7/17/2009
 
Archive Date
7/21/2009
 
Point of Contact
NORMA C. ROGERS 757-396-8359 MARY E. WARD(757) 396-8356
 
Small Business Set-Aside
N/A
 
Description
This is a combination synopsis/solicitation for the commercial items prepared in accordance with FAR 13 with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. NO WRITTEN SOLICITATION WILL BE ISSUED. FISC, Norfolk Naval Shipyard, Maritime Industrial Branch, intends to procure on a sole source basis, under a firm fixed price contract, with O I Corporation, for the following: (1). 2 each Model - TOC 322110 which includes the 1030W Aurora Total Organic Carbon Analyzer Module (Wet Oxidation Method) (110V, 50/60 Hz), Windows CE touchscreen user interface, syringe pump, isolation sampling loop system, EPC; electronic pressure control, direct network connectivity, Aurora 1030 Data Server and User Interface Software, Start-up Kit and Operator's Manuals on CD; (2). Two each CD-SW-1030-ATOC-V1.2.3, (P/N 322718-V1.2.3); (3); two each Computer-P4 Desktop, 512RAM, 80GB HD Dimension 3000 Series, which includes minimum of Pentium IV 2.8 GHz Processor, 256 Cache, 3 Year Parts & Onsite Labor, Windows XP Professional, Service Pack 2, 512 MB DDR SDRAM, 80 GB Ultra ATA/100 Hard Drive, Dell 17" E173FP Flat Panel Display, 48X CD-ROM, 3Com 10/100 Network Interface Card, Dell 2-button Scroll Mouse, Dell Quiet Keyboard; (4). One each Tube-Ascarite Scrubber, clear, see-thru CO2 scrubber tube used to remove CO2 from TOC carrier gas. Repackable, comes with 500 gram bottle of Ascarite packing material, P/N 169145; (5). One each Kit-Drinking Water/Enviro 1030W, P/N 323063 which includes sodium Persulfate Solution 100g/L, 1L; Phospboric Acid Solution 5% 1L; Potassium Hydrogen Phthalate (KHP) 1,000 ppmC (10 ml); Ascarite Scrubber. This kit also includes the Installation of 1030 TOC Analyzer and Autosampler (USA only); and (6). One each SVC-101-150 Miles, Zone 4, P/N 198101. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. This notice is not a request for competitive proposals. The NAICS code is 334513 and the small business size standard is 500 employees. The solicitation number is N00189-09-T-N138. The closing date for the receipt of offers is 2:00 p.m., local time, 7/17/09. Required Delivery date is 8/3/09. All deliverables shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Building 276, Portsmouth, VA 23709-5000. Inspection/Acceptance at Destination. The following FAR provision and clauses are applicable to this procurement: FAR 52.212-1, 52.212-3 and its ALT I, 52.212-4, 52.212-5 incorporating (18), (19), (21), (22), (23), (24), (25), ADDENDA: FAR Clauses 52.204-7, 52.211-15, DFAR 252.212-7000, 252.212-7001, DFAR 252.204-7004 Required Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. Information regarding CCR may be found at www.ccr.gov. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3 and its ALT I. The following additional clauses apply, of which a copy will be supplied upon request: Level C Preservation and packaging, hazardous Chemical Exposure, Access to NNSY By Delivery Personnel: Contractors representatives must be United States citizens. REQUIREMENTS FOR ACCESS TO NNSYContractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal form quote, etc.) but must include the following information: (1) Complete mailing address/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN); (5) all completed certifications as required herein. Questions/responses relative to this solicitation may be emailed to norma.rogers@navy.mil. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.acq.osd.mil/dpap/dfars. Numbered note 22 applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74cdc49b95230b1b1f4041dc64cfc68e)
 
Record
SN01875850-W 20090717/090715235535-74cdc49b95230b1b1f4041dc64cfc68e (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.