Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2006 FBO #1601
SOLICITATION NOTICE

63 -- SIEVE REPAIR

Notice Date
4/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016406T0145
 
Description
This solicitation is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov/ and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. This solicitation is being issued pursuant to the procedures at FAR 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-06-T-0145 http://www.crane.navy.mil/supply/synopcom.htm is hereby issued as an attachment hereto. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-06-T-0145 is hereby issued as a request for quotation (RFQ). The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Smiths Detection-Edgewood Inc, 2202 Lakeside Blvd, Edgewood, MD 21040. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20050113. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750. This requirement is for the following: CLIN 0001, minimum 1, maximum 80 each. Government furnished material will be provided. This requirement will be issued as an IDIQ Indefinite Delivery Indefinite Quantity for a period of five years. The offeror shall only be required to deliver the minimum per line item. Inspection and acceptance will be at destination by a representative of NAVSEA Crane. Delivery is required F.O.B. NSWC Crane, IN 47522. Final inspection will be at destination. This will be a firm fixed price IDIQ contract and will be awarded utilizing Simplified Acquisition Procedures. 52.216-19, a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than ____1_________ ,the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of _80 each for CLIN 0001 (2) (2) Any order for a combination of items in excess of __80 each for CLIN 0001, or (3) A series of orders from the same ordering office within ___7__________ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __5___ days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source 52.216-18, (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued for 1825 days from the date of the order. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Offers may be faxed to Rebecca Lingenfelter, FAX 812-8545066 or e-mailed to rebecca.lingenfelter@navy.mil . All required information must be received on or before 3:00 P.M. Central Daylight Time.
 
Record
SN01027693-W 20060415/060413221810 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.