Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

58 -- AltaSec KG-250X

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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
N0060411T3230
 
Point of Contact
Regina K. Asuncion 808-473-7514
 
Small Business Set-Aside
N/A
 
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 under the test program for commercial items 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-3230. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53, effective 04 Aug 2011 and DFARS Change DPN 20110920, Effective September 20, 2011. 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 334220 and the Small Business Standard is 750 employees. The Fleet Logistics Center Pearl Harbor Regional Contracting Department intends to award the proposed requirement as a 100% small business set aside, Firm Fixed Price contract utilizing FAR Part 12 and FAR Part 13. The Fleet Logistics Center Pearl Harbor, Regional Contracting Department requests responses from qualified sources capable of providing the items listed in the table below. Also, qualified sources must be able to meet delivery schedule also identified in the table below. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. CLIN 0001 “ To purchase (4) each AltaSec KG-250X Compact Rugged High Speed IP Network Encryptor Secure connectivity units to be utilized by the COMPACFLT Executive Staff. The following FAR provision and clauses are applicable to this procurement: 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 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 USC. 644) 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 52.225-13, Restriction on Foreign Purchase Quoters are reminded to 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: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A Central Contractor Registration 252.212-7000, Offeror Representations and Certifications - Commercial Items 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 & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments This announcement will close Tuesday, Sept 27, 2011, @3:00 p.m. Hawaii Standard Time. Point of contact for this requirement is Regina K. Asuncion at 808-473-7514. Please email all questions to regina.asuncion@navy.mil by 3:00 pm HST, September 27, 2011. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to accept Governmentwide commercial purchase card. 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), a vendor point of contact, name and phone number, email address, business size, and payment terms. 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/N0060411T3230/listing.html)
 
Record
SN02592086-W 20110928/110926234915-c17a7aff1b375b70ab59d19ef607638b (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.