Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

70 -- Automatic Data Processing Equipment (Firmware, Software, Supplies)

Notice Date
8/12/2009
 
Notice Type
Presolicitation
 
NAICS
334119 — Other Computer Peripheral Equipment 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
N0017809R3055
 
Response Due
8/21/2009
 
Archive Date
9/21/2009
 
Point of Contact
Mary Ferreira 540-653-4402 Mary Ferreira,Voice: 540-653-4402,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. FAR Subpart 13.5 will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure on a sole source basis from IDS Ingegneria Dei Sistemi (UK), LTD, 3 Gloster Ct, Whittle Ave, Fareham, PO15 5SH, Great Britain the following:CLIN 0001 - Upgrade of the one existing IDS Ship Electrodynamic Design Framework (IDS SHIPEF) Electromagnetic Analysis 32 bit server license to 64 bit.CLIN 0002 - 5 each - IDS Ship Electrodynamic Design Framework (IDS SHIPEF) Electromagnetic Analysis 64 bit server licenses (each license covers 4 processors). This solicitation, number N00178-09-R-3055 is issued as a Request for Proposal (RFP). The NAICS Code associated with this procurement is 334119 and the FSC is 7025 and the Small Business Size Standard is 1000 employees. PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-33, Effective 15 July 2009 & DFARS Change Notice 20090729. FAR 52.204-7 Central Contractor Registration. FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-2 Evaluation - Commercial Items (fill in: Factors used to evaluate offers are: (1) technical capability to meet the Government requirement and (2) price. A best value award will be made to the responsible offeror with the lowest priced, 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 (June 2009) Subparagraphs (a), (b)1, 20, 26, 30(i), 34, 37, 39, (d) and (e) FAR 52.247-34 FOB DestinationDFARS 252.204-7004 Alternate A. DFARS 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 Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). Subparagraphs (b)1, 5, 8, 19, 21, 23(i) and (c) apply. DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate.DFARS 252-225-7002 Qualifying Country Sources as Subcontractors.The FAR and DFARS provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. INSTRUCTIONS - AT A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) Offerors's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUNS 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 an offeror ineligible for award. Offerors may obtain information on registration in the CCR on the Internet at http://www.ccr.gov; (5) A copy of the complete commercial warranty provisions and terms; (6) Offered delivery time; (7) Offeror's remit to address; (8) Completed copies of FAR 52.212-3 and DFARS 252.212-7000; (9) Past performance data of the last three sales for the same or similar items. For each reference include: contract number, dollar value, date of sale, organizational name, point of contact, address, phone number and e-mail; (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list; (i) is regularly maintained; (ii) is published or otherwise available for inspection by customers (iii) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established pricelist; (d) 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 quantities under comparable conditions. 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. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The closing date is 21 August 2009 at 2:00 p.m., Eastern Time. Anticipated Award date is 16 September 2009. All items shall be priced FOB-Destination, Dahlgren, VA. Upgrade of the current license and installation of the 5 additional licenses shall be completed on or before 30 September 2009. Electronic quote submission is encouraged to Mary Ferreira, mary.ferreira@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: XDS13-10, Bldg. 183, Room 106, 17320 Dahlgren Rd. Dahlgren, VA 22448-5100.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R3055/listing.html)
 
Record
SN01909283-W 20090814/090813001136-b703f1fc39224d58d798ba47c0d484ca (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.