Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

66 -- GAMMA OBJECT TOOL MONITOR (GAMMA COUNTER)

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018909QP448
 
Response Due
9/18/2009
 
Archive Date
9/17/2009
 
Point of Contact
Michelle Thompson 207-438-3877 Patricia Vachon207-438-3853
 
E-Mail Address
michelle.m.thompson@navy.mil
(michelle.m.thompson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-09-Q-P448. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is334517 and the Small Business Standard is 500. This is a sole source action with CANBERRA INDUSTRIES INC. The FISC Norfolk Det Portsmouth, Kittery, ME requests responses from qualified sources capable of providing: CLIN 0001 - 1 EA, CRONOS-11S GAMMA OBJECT TOOL MONITOR TO INCLUDE CRNS11BP UPGRADE, 817992 SOURCE CALIBRATION, 817991 REMOVABLE LINER, 487411875 DELL 2330d LASER PRINTER, C5525A USB PRINTER CABLE, 7062157 MAGNETIC BARCODE READER, 816100 BARCODE READER.CLIN 0002 - 1 DAY, INSTALLATION/SET UP AT PORTSMOUTH NAVAL SHIPYARD. NOT SEPARATELY PRICED. Vendor access to Portsmouth Naval Shipyard: No person not known to be an American citizen of good standing and repute shall be eligible for access to Portsmouth Naval Shipyard and adjacent areas. Proof of citizenship may be required. Entrance of foreign nationals requires approval (Ref: SECNAVINST) 5510.34.Delivery 30 DAYS FROM ADC. Items will be shipped to Portsmouth Naval Shipyard, Bldg 170, Code 501.2, Receiving Officer, Kittery, ME 03904.Responsibility and Inspection: The supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to include: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-33, 52.232-36, 52.222-41, and 52.222-42. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001 and 252.232-7003. Other clauses that apply are 52.204-7, 52.211-15, 52.232-18, 52.233-1, 52.233-3, 52.246-1, 52.246-2, 52.242-15, 52.242-17, 52.247-34, 52.253-1, 52.223-11, 52.252-2, 52.252-6, 252.225-7000, 252.232.7003, and 5252.232-9402. This announcement will close at 1600 (4:00PM) EST on 18 SEPTEMBER 2009. Contact Michelle Thompson who can be reached at 207-438-3877 or email michelle.m.thompson@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii) and FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Justification for sole source - size of objects to be analyzed, only known equipment to accommodate.Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, andleap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. 52.215-20, Requirements for cost or pricing data or information other than cost or Pricing data (Oct 1997)-alternate IV (Oct 1997). (a) Provide information described below: (1) A copy of the current catalog or established price list for the articles covered by the offer or information where the established price may be found. (2) A statement that the prices quoted herein, including consideration of any discount or rebate arrangements, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (3) The offeror is requested to submit the following pricing information on not less than the three most recent sales of, or quotations for, any of the articles being procured hereunder or articles similar thereto. Where the pricing information furnished is on similar articles, the offeror shall advise that the articles are not identical to the articles required hereunder and shall briefly indicate the differences in such articles. Pricing information furnished should be as current as possible, and, to the extent possible, should be on quantities similar to the quantities required hereunder. Date of Sale or Quotation, Quantity, Unit Price, Customer Contract Number, Customer. (4) If unable to furnish a catalog or established price list and the above data, offeror's are requested to furnish the following information with their offers. Unit cost to be comprised of the following information: Purchased Parts, Raw Material, Labor (number of hours, $ per hour), Manufacturing Overhead (percentage) with Component Elements, Other Costs (packing, transportation, etc.), Profit (percentage), G and A Expense (percentage - See Note below), Price as Offered Herein.Note - In accordance with the final rule on DOD Profit Policy established in August 1987, profit on G&A costs is not allowed. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The Navy WAWF Assistance Line is also available at 1-800-559-WAWF (9293). METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. All quotes SHALL include price(s) FOB Destination, delivery time, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Credit Card. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements and SHALL include FAR 52.212-3 with ALT I or ORCA statement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018909QP448/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03904
 
Record
SN01945655-W 20090910/090909085132-2e6712150501f7cdf0eb66aa08eb4f58 (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.