Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
SOURCES SOUGHT

36 -- Photographic and Photocopying equipment manufacturing

Notice Date
5/11/2011
 
Notice Type
Sources Sought
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811Q4666
 
Response Due
6/10/2011
 
Archive Date
9/30/2011
 
Point of Contact
Daniel Belcher,
 
E-Mail Address
40-653-0592
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. NAVSEA Dahlgren Division solicits industry ™s interest, input, and capabilities for the purchase, lease or rent of copier machines, full service, maintenance, repair, training and all consumable products (excluding paper and staples) for their technical community. The Dahlgren copier program currently includes the following copier brands: CANON, SHARP and XEROX copiers. The North American Industry Classification System NAICS code 333315-Photographic and Photocopying equipment manufacturing, number of employees is 500, 100% small business set aside is applicable. The Government intends to issue Blank Purchase Agreements (BPAs) in accordance with Simplified Acquisition procedures, Part 13 of the FAR to support the bases ™ operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal (RFP) because this notice will result in BPAs. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. Because the needs of the Command are dynamic, NSWC Dahlgren will periodically solicit additional offers to add new vendors to the calling list. The government reserves the right remove vendors from the calling list, as appropriate. Individual call numbers shall not exceed the Simplified Acquisition Threshold of $150,000. A BPA may be issued for a five-year period. In compliance with DFARS 252.232-7003, śElectronic Submission of Payment Requests (MAR 2008) ™, the government will utilize Wide Area WorkFlow (WAWF) - https://wawf.eb.mil/ to electronically process vendor requests for payment. Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous similar activities, specific work previously performed or being performed and any other specific and pertinent information as pertains to this particular area that would enhance our consideration and evaluation of the information submitted. All equipment must be Trade Agreements Act (TAA) compliant. Interested parties are requested to provide their Cage Code and DUNS numbers for verification of inclusion in the Central Contractor Registry - http://www.ccr.gov. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR 9.104 - http://federalconstruction.phslegal.com/FAR-9-104.pdf. Interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and to complete FAR Clause 52.219-1 - http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_215.htm#P1055_184500. BPAs will be issued on the basis of past performance. Interested vendors should provide a minimum of three (3) past performance references. These references should include name of business, address, and telephone number, point of contact, contract/purchase order number and item description. Past performance will be evaluated based upon quality and timeliness of delivery. The government reserves the right to use additional past performance references if necessary. FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA. Delivery shall be FOB Destination to Dahlgren, Virginia. All BPA calls/orders shall be issued on a firm fixed price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than 10 June 2011, to the attention of Daniel Belcher, Naval Surface Warfare Center Dahlgren Division, 17632 Dahlgren Road Suite 157, Dahlgren, VA 22448-5110 or via email to: daniel.belcher@navy.mil. Responses or questions concerning this announcement should reference synopsis number N00178-11-Q-4666 and should be directed Daniel Belcher at 540-653-9863 or to: daniel.belcher@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q4666/listing.html)
 
Record
SN02445792-W 20110513/110511235036-5309f86e1914df23445f934ac9af8620 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.