Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

66 -- Peak Power Analyzer

Notice Date
3/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0172
 
Response Due
4/15/2011
 
Archive Date
4/30/2011
 
Point of Contact
Shannon La Com 562-626-7104
 
E-Mail Address
Click here to contact the Contract Specialist via email
(shannon.lacom@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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 (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0172. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- 50 and DFARS Change Notice 20110317. 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: https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334515 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The Government requests responses from qualified sources capable of providing the following: CLIN 0001 “ Peak Power Analyzer/Sensor, Manufacturer: Boonton, Model: 4500B-01 OR EQUAL. Quantity: 3, ea. The salient characteristics of the product are: see attachment. Provide information required by FAR 52.211-6 when submitting offers for or equal products. Offerors shall, therefore, provide information that clearly demonstrates their ability to meet the technical capability requirements. All quotes shall include a point of contact, name and phone number, GSA contract number if applicable, business size, cage code, Dunn and Bradstreet number and tax identification number. Delivery required NLT 56 days after receipt of order. FOB destination. Delivery Location is NAS Fallon, NV 89496 Responsibility and Inspection: Government acceptance at destination. FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: (i)Technical capability of the item to meet the requirement (ii)Ability to meet the required delivery date (iii)Price Failure to meet the minimum criteria for technical acceptability will render the offer technically unacceptable and not be considered for award. Ability to meet both technical capability and the ability to meet the required delivery schedule represent the MINIMUM criteria for acceptable award. Failure to meet both of these criteria shall render the offeror nonresponsive and not considered for award. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: The following FAR provision and clauses are applicable to this procurement: 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards ; 52.211-6 -- Brand Name or Equal; 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; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the following clauses applicable to paragraph (b) and (c): 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds Transfer; 52.204-7 Central Contractor Registration; 52.247-34 F.O.B Destination. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 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, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023 Alt III, Transportation of Supplies by Sea. N00244L332, UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. This announcement will close at 4 PM PST on 15 April 2011. Submit offers via email to Shannon La Com who can be reached at (T) 562.626.7104, (F) 562.626.7877 or email Shannon.lacom@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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/. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0172/listing.html)
 
Record
SN02414373-W 20110402/110331234849-a67d2a18bd84594b6506adb5bc1aaf9f (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.