Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

W -- Helicopter Flight Services for Testing Support

Notice Date
6/10/2010
 
Notice Type
Presolicitation
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133110T0013
 
Response Due
6/22/2010
 
Archive Date
7/30/2010
 
Point of Contact
Stacy Figlinski 850-235-5842, or Contracting Officer Joan Troutman at 850-235-5845.
 
E-Mail Address
stacy.figlinski@navy.mil
(stacy.figlinski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial off-the-shelf (COTS) items/services or slightly modified COTS items/services under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-10-T-0013. A subsequent solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The applicable FSC is W099, the NAICS Code is 532411, and the small business size standard is $7 Million. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award, on a sole source basis, a firm-fixed price commercial item order to Coastal Helicopters, Inc. (CHI), 7424 Coastal Drive, Panama City, FL, for the services of a helicopter platform, pilot, and support systems in support of testing to collect sensor data to support the development of image recognition algorithms for an ONR sponsored system, per the attached Statement of Work. This procurement is sole source for the following reasons. CHI has the hardware which already fit the helicopter required for this effort and they are FAA certified, which is required for this test effort. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with addenda as noted: 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-2 Evaluation-Commercial Items. (Jan 1999) - Evaluation will be based on price; 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Exec! utive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); 52.247-34 F.o.b. Destination (Nov 1991); 52-252-2 Clauses Incorporated By Reference (Feb 1998) the full text of a clause may be accessed electronically at www.acquisition.gov/far; The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.211-7003 Item Identification and Valuation (AUG 2008); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.225-7009 Restricti! on on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.247-7023 Transportation of Supplies by Sea. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Response to this solicitation is due by 22 June 2010 at 5:00 P.M. At a minimum, vendor shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Offers and questions can be addressed to Stacy Figlinski at email Stacy.Figlinski@navy.mil. Reference RFQ N61331-10-T-0013 on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7143dfa01c8cf34d82e2d16a1d48d342)
 
Record
SN02174817-W 20100612/100610235715-7143dfa01c8cf34d82e2d16a1d48d342 (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.