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, 2016 FBO #5349
SOLICITATION NOTICE

59 -- Billingsley Aerospace & Defense Magenetic Field Calibration System (APEX-CS)

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-2553
 
Point of Contact
Rosemary E. Beckmann, Phone: 4018327167
 
E-Mail Address
Rosemary.Beckmann@navy.mil
(Rosemary.Beckmann@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-16-Q-2553. This requirement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334519. The Small Business Size Standard is 500 Employees. NUWC Division Newport intends to purchase the following items on a Firm Fixed Price basis: 0001; Magnetic Field Calibration System Model # APEX-CS; QTY: 2 0002: Setup and calibration services; QTY 1 0003; Shipping, if applicable; QTY 1 NUWC intends to purchase these items from the Billingsley Aerospace & Defense, Inc. doing business as (DBA) Billingsley Magnetics on a sole source basis. The basis for determining the sole source is to preserve interoperability. Additionally, Magnetic Field Calibration System (Model: APEX-CS) and its calibration/support services are proprietary to Billingsley Aerospace & Defense. There are no authorized distributors for the Magnetic Field Calibration System (Model: APEX-CS). Delivery is eight (8) weeks after receipt of order (ARO) F.O.B Destination Newport, RI 02841 Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quote shall include a breakdown of price elements (labor, material, other direct costs, indirect costs, profit, etc.) and/or back up pricing information (historical quotes and invoices). Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Rosemary Beckmann at rosemary.beckmann@navy.mil. Offerors must be received by 2:00 p.m. (EST) on Thursday 21 July 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Beckmann at rosemary.beckmann@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2553/listing.html)
 
Place of Performance
Address: Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04183812-W 20160716/160714235826-7e025252b6c3a0735431965d83f57e04 (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.