Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

66 -- Surveyor Equipment

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3246
 
Response Due
9/27/2011
 
Archive Date
10/12/2011
 
Point of Contact
Nelson Uehara 808-473-7681 Nelson Uehara
 
E-Mail Address
nelson.uehara@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Surveyor Equipment This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12, Acquisition of Commercial Items and FAR Subpart 13 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 N00604-11-T-3246. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110920. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334511 and the Small Business Standard is 750. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, Five (5) Leica Total Stations with all accessories; brand or equal, must be compatible with existing equipment. See attached item list for detailed description. CLIN 0002, Five (5) Trimble Recon 400X with all accessories; brand or equal, must be compatible with existing equipment. See attached item list for detailed description. CLIN 0003, 1 LOT Shipping to Joint Base Pearl Harbor Hickam, HI 96853 FOB Destination DELIVERY TO Joint POW/MIA Accounting Command, 310 Worchester Ave. Bldg 45, Joint Base Pearl Harbor-Hickam, HI 96853. Delivery date is requested within 30 days of receipt of award by 4:00 PM HAWAII STANDARD TIME. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Governments interest when subcontracting with contractors debarred, suspended, or proposed for debarment 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party If quoters do not have a current ORCA registration, they shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. 252.203-7000, Requirements relating to compensation of former DoD Officials 252.204.7003, Control of Government Personnel Work Product 252.204-7004, Alt A CCR Registration 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea Alt III This announcement will close on Tuesday 27 September 2011 at 2:00PM, Hawaii Standard Time. Please submit offers to nelson.uehara@navy.mil or fax at 808-473-3524. Please contact Nelson Uehara at 808-473-7681 or email nelson.uehara@navy.mil with any questions you may have. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. To facilitate processing of your quote please include your DUNS number, your CCR, CAGE CODE number and your Federal Tax Identification number on your quote. 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/. Registration must be current and in good standing. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, CAGE CODE and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3246/listing.html)
 
Record
SN02590126-W 20110925/110923235517-fbf61dddb517f36f1de99166ec51ab5e (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.