Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

66 -- ULTRASONIC INSPECTION SYSTEM - BRAND NAME OR EQUAL TO TAC TECHNINICAL INSTRUMENT CORPORATION, DBA TACTIC.

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018909QP449
 
Response Due
9/23/2009
 
Archive Date
9/22/2010
 
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-P449. 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 is 334513 and the Small Business Standard is 500. This is a competitive, unrestricted action. The FISC Norfolk Det Portsmouth, Kittery, ME requests responses from qualified sources capable of providing: 0001 - 1 EA, ULTRASONIC INSPECTION SYSTEM, LESS INSTRUMENTATION, FOR TUBE AND PIPE FROM.625 INCHES TO 4 INCHES IN DIAMETER, IN LENGTHS OF UP TO 20 FEET, DRY FED, MATERIAL ON ROLLERS. BRAND NAME OR EQUAL TO TAC TECHNICAL INSTRUMENT CORPORATION, DBA TACTIC, SYSTEM TO INCLUDE THE FOLLOWING ITEMS:1 EA, 76EX-24 STANDARD DUTY TESTER - 3 HP, 400 SF/M INCLUDING MOD 764-24 TANK (24 INCH LENGTH) AND MODEL 94 AIR ACTUATION OF DRIVE UNITS (BULLETINS 760B AND 210).1 EA, 33M PUMP AND FILTER (BULLETIN 400).1 EA, 28B ALARM AND MOTOR CONTROL CENTER (BULLETIN 760B).8 EA, C27876 PRECISION ANGLE ADJUSTERS FOR DRIVE WHEELS.3 EA, 411A DUAL PROBE FOLLOWERS (BULLETIN 4110).2 EA, C26007-4 MOUNTING RAIL TO SUPPORT TRANSDUCER POSITIONERS AND FOLLOWERS ON TANK.3 EA, 266 ADJUSTABLE LARGE WHEEL IN-TANK PEDESTAL.2 EA C26015 SAFETY WHEEL ASSEMBLY.10 SE, GL-1-0 SEALING GLAND BLANKS (2 PER SET).5 SE, GL-2-0 SUPPORT GLAND BLANKS (2 PER SET).1 EA, 620 INPUT IDLER SECTION (BULLETIN 1000) (INCLUDES C28081 EXPANDED SCALE).1 EA, 620 OUTPUT IDLER SECTION (BULLETIN 1000) INCLUDES C28081 EXPANDED SCALE).3 EA, 204 EXTENDED DRIVE UNITS (BULLETIN 1000) (2 EACH ON OUTPUT, 1 EACH ON INPUT IDLER SECTIONS).1 EA, 205 AUXILIARY EXTENDED DRIVE UNIT (ON INPUT IDLER SECTION).2 EA, 85 AUTOMATIC CONTROLLER FOR EXTENDED DRIVES AND HOLD-DOWNS (ON OUTPUT IDLER SECTION).1 EA, 83 ELECTRICAL CONTROL STATION (ON TESTER - FOR ACCESSORIES MOUNTED ON IDLER SECTIONS)(BULLETIN 760B)1 EA, 40A WATER CONDITIONER (BULLETIN 400).1 EA, C25138 STAND FOR MODEL 40A (BULLETIN 400).4 EA, 151XL STORAGE RAILS WITH LOAD STOP (TO BE INSTALLED ON INPUT IDLER SECTION).4 EA, 150XL STORAGE RAILS (TO BE INSTALLED ON OUTPUT IDLER SECTION).0002 - 1 LO, ON-SITE INSTALLATION SUPERVISION AND OPERATOR TRAINING. NOT SEPARATELY PRICED. SYSTEM MUST BE COMPATIBLE WITH AND/OR CONFIGURE TO TICTAC WATER CONDITIONER AND GE IT (KRAUTKRAMER BRANSON MODEL USPC 2100 ULTRASONIC INSPECTION INSTRUMENTS.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, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, and 52.222-41.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: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7021, 252.225-7036, 252.232-7003, 252.243-7002, and 252.247-7023. Other clauses that apply are 52.204-7, 52.209-6, 52.211-15, 52.211-17, 52.223-11, 52.232-18, 52.233-1, 52.233-3, 52.233-4, 52.242-15, 52.242-17. 52.246-1, 52.246-2, 52.247-34, 52.248-1, 52.252-2, 52.252-6, 52.253-1, 52.223-11, 52.252-2, 52.252-6, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003,252.204-7006, 252.212-7001 (Dev), 252.225-7000, 252.232.7003, 252.232-7010, 252.243-7001, 252.247-7023 Alt III, 5252.213-9402, and 5252.232-9402. This announcement will close at NOON on 23 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: 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 (JAN 1999) - (a) The Government will 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:a. Past Performanceb. PricePast performance is more important than price. In the event of a tie for past performance, award will be made to the lowest price offeror, who can meet all specifications and requirements.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) 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. 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 prospective contractors MUST submit manufacture specifications if quoting other than Brand Name. All prospective contractors MUST submit past performance evaluation information. Quotations will be evaluated in accordance with the attached plan provided in attachment to this solicitation. A technical review will be performed to determine if the contractor has met all requirements and complied with all specifications of this solicitation. If the contractor does not comply, their proposal will not be considered. Once determined to be acceptable, proposals will be evaluated for past performance and price. 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, and payment terms. Contract awardee must be registered in WAWF. 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/N0018909QP449/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03904
 
Record
SN01953457-W 20090916/090915000442-8dba5c55a0036a5849b5e87a9daeac12 (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.