Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
MODIFICATION

66 -- Leica Digital Aerial Mapping System

Notice Date
2/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017818R3003
 
Archive Date
2/24/2018
 
Point of Contact
Telly D. Simons, Phone: 5406534330
 
E-Mail Address
telly.simons@navy.mil
(telly.simons@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. This is a combined synopsis/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. Synopsis/Solicitation N00178-18-R-3003 is issued as a Request for Quote (RFQ). The synopsis/solicitation document as well as incorporated provisions and clauses are prescribed through Federal Acquisition Circular (FAC) 2005-95 (DFAR) DPN 20171228. This procurement falls under the North American Industry Classification System (NAICS) code 334519, with a size standard of 500 employees. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to make a sole source to Leica Geosystems, Inc., 63 Inverness Dr. E #100, Englewood, CO for the following Line Items: CLIN 0001 - Qty (1) SH100 SENSOR HEAD CLIN 0002 - Qty (1) Leica ADS100 AIRBORNE DIGITAL SENSOR SYSTEM CLIN 0003 - Shipping/Freight Shipping/freight terms shall be FOB Destination, Dahlgren VA 22448-5114. Inspection and Acceptance shall be made at NSWC Dahlgren, VA 22448-5114. Delivery is required by June 15, 2018. Offerors shall acknowledge this requirement and their ability to meet it in their reply. Provisions and clauses applicable to this procurement include but are not limited to the following: Section C: HQ C-2-0024, Extension of Commercial Warranty (NAVSEA) Section F: FAR 52.247-34, FOB Destination Ddl-F20, Receiving Hours of Operation - NSWC Dahlgren Ddl-F30, Partial Shipments Ddl-F40 Contractor Notice Regarding Late Delivery Section G: FAR 52.232-18, Availability of Funds DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) DFARS 252.204-0001, Line Item Specific -Single Funding Section I: FAR 52.204-7, System for Award Management FAR 52.204-8, Annual Representation and Certification FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Gov't Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.204-18, Commercial and Gov't Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax FAR 52.211-15, Defense Priority and Allocation Requirements FAR 52.212-3, Offeror Representations and Certifications Alt 1 - Offerors are to include a completed copy with their offer FAR 52.212-4, Contract Terms and Conditions - Commercial items FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes FAR 52.244-6, Subcontracts for Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000, Disclosure of Information DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 525.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.225-7001, Buy American and Balance Act Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System DFARS 252.247-7023, Transportation of Supplies by Sea FAR 52.212-5, Contract Terms and Conditions Required to Implement - Statutes Or Executive Orders - Commercial Items with the additional FAR clauses: 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4 Section L: FAR 52.212-1 Instructions to Offerors - Commercial Items Simplified Acquisition Procedures (SAP), as well as Simplified Procedures for Certain Commercial Items, will be utilized for award in accordance with FAR Part 12 and FAR Part 13.5 respectively. The order shall be firm fixed price. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. This notice of intent is NOT a request for competitive proposals, as the Government intends to solicit and negotiate with only one source. However, responsible interested parties may submit a quote which identifies their interest and capability. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. Phone call responses will not be accepted. This requirement will be awarded in accordance with the authority of 10 U.S.C 2304 (c) (1) and FAR Part 6.302-1 (a) (2). Quotes are due by 12:00 p.m. (local NSWCDD time) on 2 February 2018, with an anticipated award date no later than 02 February 2018. Only responsible sources who can fulfill the requirements specified in the attachment may submit a proposal. Proposals may be submitted via email in NMCI compatible Microsoft or Adobe format to telly.simons@navy.mil. Email reference ‘Request for Quote N00178-18-P-3003' in the subject line. FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far and http://acq.osd.mil/dpap
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017818R3003/listing.html)
 
Record
SN04817112-W 20180210/180208231532-0ea9882e9035a6b4daf8336b00e32914 (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.