Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

59 -- Brand name electronic components required to produce Avionics Test Sets and Aircraft Launcher Interface Units

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3a 429 E. Bowen Rd. - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893610T0155
 
Response Due
7/6/2010
 
Archive Date
7/6/2011
 
Point of Contact
MA Hicks 760-939-2983 MA Hicks760-939-2983
 
E-Mail Address
Martie Hicks
(martie.hicks@navy.mil)
 
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; quotations are being requested and a written Request For Quotation (RFQ) will not be issued. The Naval Air Warfare Center Weapons Division, China Lake, CA intends to solicit and award a firm-fixed price purchase order, under Federal Acquisition Regulation (FAR) Parts 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 334413 and the size standard is 500 employees for this procurement. The solicitation for this announcement is RFQ N68936-10-T-0155, for electronic components. This requirement is being solicited on a Brand Name, Specific Make and Model basis. Grey items made for sale outside the United States will not be accepted. No substitutions will be accepted unless the part listed in Attachment 1 is obsolete and no longer available. Only new parts will be accepted; refurbished parts will not be accepted. Offerors must provide license and/or distribution agreements with the manufacturers of the items. Delivery: Items shall be priced at F.O.B. Destination and shall be delivered to the address specified on the resultant order(s) which will be located at Point Mugu, CA. Inspection and acceptance shall be at destination by the Government. The required delivery date for this procurement is 4 months after receipt of order or sooner. Early delivery is acceptable and encouraged. 52.212-2 Evaluation - Commercial Items (Jan 1999): (a) The Government will award a purchase order or orders resulting from this RFQ to the responsible offeror(s) whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The government reserves the right to award one purchase order or multiple purchase orders. Award will be made to the company or companies submitting the lowest priced items and who have neutral or satisfactory past performance. To establish past performance, respondents should submit five references, with customer name, dollar value, point of contact name, phone number and email address. Clauses and Provisions: The provision FAR 52.212-1 Instruction to Offerors- Commercial Items (Jan 2005), applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on the lowest price technically acceptable. Offeror must include a completed copy of provisions at FAR 52.212-3 (Alt I) Offeror Representations and Certifications- Commercial Items (Mar 2005) and DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items (June 2005) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov. FAR Clause 52.212-4, Contract Terms and Conditions- Commercial Items (Sep 2005) applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2006) and DFARS Clause 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions- Commercial Items (Oct 2006); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity for Special Disabled Veterans, Vet! erans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-50 Combating Trafficking in Persons (AUG 2007); 52.232-33 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.203-3 Gratuities (Apr 1984); 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Oct 1995); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Governments Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Sept 2006); 52.214-34 Submission of Offers in the English Language (Apr! 1991); 52.214-35; Submission of Offers in US Currency (Apr 1991); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Jan 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 52.233-2 Service of Protest;252.225-7001 Buy American Act And Balance of Payments Program (Jun 2005); 252.225-7016 Restrictions on Acquisitions of Ball and Roller Bearings (MAR 2006); 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program (MAR 2007); 252.225-7002 Qualifying Country Sources AS Subcontractors (APR 2003); 252.225-7012 Preference For Certain Domestic Commodities (MAR 2008); 252.225-7013 Duty Free Entry (OCT 2006); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.204-7004 Required Central Contractor Registration - Alt A (Nov 2003); 252.225-7000 Buy American Act And Balance of Payments Program Certificate Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.243 7001 Pricing Of Contract Modifications (DEC 1991); 252.243-7002 Requests for Equitable Adjustments (MAR 1998); 52.223-11 Ozone-Depleting Substances (MAY 2001); 252.204-7006 Billing Instructions (OCT 2005); 252.211-7003 Item Identification And Valuation (AUG 2008); 252.247-7023 ! Transportation of Supplies by Sea (May 2002); 5252.232-9513 Invoicing and Payment (WAWF) Instructions (MAR 2008); 52.424-15 Stop-Work Order; 52.243-1 Changes - Fixed Price; 52.223-10 Waste Reduction Program; 5252.246-9502 Standard Commercial Warranty (JAN 1992); NATEC-004 Services Furnished by the Government (AUG 2007); NATEC-005 Employment of Department of Defense Personnel Restricted (AUG 2007); The solicitation document and its incorporated provisions and clauses are those in effect through Federal Circular (FAC) 2005-26. Quoters shall be determined responsible in accordance with FAR 9.104-1. The price quotation shall state the unit price and the total amount of the line item required inclusive of shipping to the destination at Pt Mugu, CA. Applicable Provisions and Clauses: Quotes received without the completed copy of provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is fount at https://orca.gpn.gov/login.aspx. Quote Submission: Quotes must be submitted on the Reference (A) spreadsheet, and must be unlocked. Quotes should also include the respondent's Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned, and a copy of the respondent's terms and conditions for review. Quotes must be submitted electronically via email to MA Hicks (martie.hicks@navy.mil) and Adrienne Hickle (adrienne.hickle@navy.mil) no later than 6 July, 2010 at 10:00 a.m. PST. The anticipated award date is July 20, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9bb8acdd159dcde9bac10cab60eaf699)
 
Record
SN02169079-W 20100606/100604235113-9bb8acdd159dcde9bac10cab60eaf699 (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.