Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

70 -- Brand Name ADP Peripherals

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-T-0323
 
Archive Date
8/28/2010
 
Point of Contact
Sara C. Cook, Phone: 3017577194
 
E-Mail Address
sara.c.cook@navy.mil
(sara.c.cook@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation N00421-10-T-0323 being issued as a Request for Quotation (RFQ). The applicable North American Industry Classification System code is 334611 and size standards is 500 employees. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes a written solicitation, quotations are being requested. The government intends to solicit on a competition bases under the authority of FAR 13.106-1. This notice is a request for competitive RFQ. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 4:00 PM, Eastern Standard Time, 13 AUG 2010, will be considered by the government for the purpose of determining a competitive procurement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the RFQ. The Government reserves the right to process the procurement on a sole source basis based upon review of the responses received. The Government will not pay for any information received. The firm fixed price contract line item numbers will be as follows: CLIN 0001 - USB BUS POWERED EXTERNAL CDRw/DVD COMBO DRIVE WITH MULTI-LANGUAGE, QTY 129 CLIN 0002 - POWER STRIP 6-OUTLET RACKMOUNT 15FT CORD SWITCH METAL, QTY 35 CLIN 0003 - STYLUS PEN FOR CF-18 TOUCH, MDWD, T2, 18 TOUCH, 19 TOUCH, QTY 30 CLIN 0004 - TOUGHMATE STYLUS TETHER, QTY 30 CLIN 0005 - PROTECTIVE FILE FOR CF-19C-F-K MK1/MK2/MK3, QTY 143 Delivery will be no later than 26 OCT 2010 NAVAL AIR WARFARE CENTER AD (PAX) RECEIVING OFFICER BLDG 8115 17598 WEBSTER FIELD ROAD ST INIGOES MD 20684-4013 FOB: Destination The contractor shall extend to the Government, full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract will take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The following provisions apply to this requirement per the FAR/DFAR: (PUT WHAT IS ON THE SF18 or SF 1449 below is examples only) CLAUSES INCORPORATED BY REFERENCE 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009) 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) 52.247-34 F.O.B Destination (Nov 1991) 252.204-7000 Disclosure of Information (Dec 1991) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007) 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008) CLAUSES INCORPORATED BY FULL TEXT 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (APR 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [XX ] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 52.252-1 Solicitations Provision Incorporate by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov/far or http://www.farsite.hill.af.mil/. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far or http://farsite.hill.af.mil. 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: Lowest Price Technically Acceptable (LPTA) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2010) (Deviation 2009-O0005: May 2009) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not re quire the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. - Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009) (Deviation 2009-O00005: May 2009) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract FAR 52.212-5 (DEVIATION), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, (Jun 2005) Alt I (Apr 2003) 252.237-7019 Training for Contractor Personnel Interacting with Detainees (Sep 2006) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) Quotations are due to Sara Cook, Purchasing Agent, Naval Air Warfare Center Aircraft Division, Building 441 Rm 128, 21983 Bundy Road, Patuxent River, MD 20670, either by e-mail at sara.c.ook@navy.mil or by fax at (301) 757-2628 by 4:00 P.M. Eastern Standard Time, 13 AUG 2010. Questions regarding this notice should be addressed by email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-T-0323/listing.html)
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER AD (PAX), RECEIVING OFFICER, BLDG 8115, 17598 WEBSTER FIELD ROAD, ST INIGOES MD 20684-4013, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN02227281-W 20100805/100803235744-4ed1556bfaccf1c12d5701ec6bc259d9 (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.