Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

42 -- Spare/Replacement Parts For MK 25 Mod 2 UBA

Notice Date
8/10/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109T4528
 
Response Due
8/17/2009
 
Archive Date
9/30/2009
 
Point of Contact
Sharon Hess 850-234-4413 , or Contracting Officer Mary Hines at 850-235-5389
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-09-T-4528. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award on a sole source basis a firm-fixed price contract to Draeger Safety, 101 Technology Drive, Pittsburgh, PA 15275-1005 to provide MK 25 MOD 2 Underwater Breathing Apparatus (UBA) and associated equipment.. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-35, effective 14 July 2009. This procurement is sole source for the following reasons. Draeger Safety is the Original Equipment Manufacturer (OEM) of the MK 25 MOD2 UBA. As the OEM, only Draeger Safety can accurately provide all of the spare and replacement parts for the MK 25 MOD 2 UBA. Procuring these spare parts from another company would run the risk of incompatibility of components when maintaining and repairing the MK 25 MOD 2. Furthermore, the MK 25 MOD 2 is a NAVSEA certified diving life support system (DLSS). The components and raw materials that make up the system fall within the scope of certification boundaries. Substitution of similar materials and components are not authorized without the expressed permission of NAVSEA 00C4 and requires an approved departure from the specification. In summary, Draeger Safety is the only responsible source due to their unique qualifications as sole manufacturer of the MK25 MOD 2 UBA. There are no other companies that manufacture this critical life support equipment. The following items are being procured: CLIN 001: MK 25 MOD 2 US, UBA, 250 each, p/n 4056770CLIN 002: Cylinder/Valve Kit LARV LG DUR, 250 each, p/n 4054802CLIN 003: SECUMAR Live Vest C, 50 each, p/n 4056590CLIN 004: Cylinder/Valve Assembly, 100 each, p/n 4053065CLIN 005: Hardigg Case (Green), 250 each, p/n 4058744 The NAICS Code is 334519. Small Business Size Standard is 500 employees. FSC is 4220. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 110 Vernon Ave, Panama City Beach, FL 32407-7018. INSTRUCTION: The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to Sharon.hess@navy.mil no later than 3:00pm (CDT) 08/017/2009. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item covered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (a) is regularly maintained; (b) is published or otherwise available for inspection by customers; (c) states the prices at which sales are currently made to a number of buyers, (d) statement that such items are commercial items modified for military purposes and sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established price list; (e) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quanti! ties under comparable conditions. The provisions at 52.212-2 Evaluation-Commercial Items applies. The evaluation factors for award are 1) price, 2) technical product literature and or technical features, and 3) past performance. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. Clause 52.212-4 Contract Terms and Conditions- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024.The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00 PM (CST) 08/17/2009. Electronic quotes are encouraged to sharon.hess@navy.mil. The award will be based on an acceptable quotation on or about 08/31/2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/026f559b29c72a8ed4240a9cb6b26d98)
 
Record
SN01906357-W 20090812/090811002606-026f559b29c72a8ed4240a9cb6b26d98 (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.