Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

66 -- LCAS3 AUTOMATIC LIQUID CRYSTAL ANALYSIS

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018914T0275
 
Response Due
7/24/2014
 
Archive Date
8/8/2014
 
Point of Contact
SHEILA SMIGELSKI 757-443-1363
 
Small Business Set-Aside
N/A
 
Description
N00189-14-T-0275 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR SUBPART 12.6, using Simplified Acquisition. 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 NECO (http://www.neco.navy.mil/ ). The Request For Quote (RFQ) number is N00189-14-T-0275. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. 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 NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. The NAICS code is 334516 and the Small Business Standard is 500Emp. This is a sole source, action with LC Vision, LLC, 4150 Darley Ave Suite 10 Boulder, CO 80305. NAVSUP Fleet Logistics Center Norfolk Contracting Department, requests from qualified sources capable of providing the following: CLINDescriptionQuantityUnit Of Issue 0001LCAS3 Automatic Liquid Crystal analysis System III 1ea The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications 52.212-4, Contract Terms and Conditions - Commercial Items 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.252-2 Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-28 Post Award Small Business Program Representation (July 2013) 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 52.222-50, COMBATING Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving 52.225-13 Restriction on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities 52.232-33 Payment by Electronic Funds Transfer-SAM (July 2013) 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004) Additional contract terms and conditions applicable to this procurement are: 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 252.203-7000 Requirement Relating to compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management (May 2013) 252-225-7035 Buy American Act “ Balance of Payments Program Certificate 252.225-7036 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252-232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.247-7023 Alt III Transportation for Supplies by Sea 252.204-7011 Alternative Line Item Structure (Sept 2011) 5252. NS.046P Prospective Contractor Responsibility 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that ” (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that ” (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) This announcement will close at 24 July 2014, 10:00 AM Eastern time. Responses may be submitted to Sheila Smigelski who can be reached at 757-443-1363 or email sheila.r.smigelski@navy.mil. 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. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0275/listing.html)
 
Record
SN03424111-W 20140716/140714235829-c7cc456fd637ebdb4534ce29699bfc13 (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.