SOLICITATION NOTICE
58 -- Advanced Clutter Simulator Card
- Notice Date
- 8/26/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406R0069
- Response Due
- 9/7/2006
- Archive Date
- 10/7/2006
- 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 found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes a combined synopsis/solicitation and is the solicitation that will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS (http://www.fedbizopps.gov/) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-R-0069. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 20060814. It is the contractor?s responsibility 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/dars/dfars/index.htm. The NAICS code is 423690 and the Small Business Standard is 100 Employees. This is a 100% Small Business Set-Aside, non-competitive action. The proposed contract action is for commercial items for which the Government anticipates negotiating and awarding to a single source pursuant to the authority of FAR 13.501(a)(1)(ii). Fleet Industrial Supply Center San Diego anticipates and award to The intends to negotiate and procure a Clutter Simulator Card, KOR Electronics, Part Number 9037-70-020 on a sole source basis from KOR Electronics, of 10855 Business Center Drive, Cypress, CA 90630. Other interested contractors capable of meeting the requirements of this solicitation are encouraged to identify their interest and capability to respond to the requirement and submit a proposal, providing evidence of compliance in meeting the requirements of this notice. The anticipated Delivery date is 01 July 2007. This is notice of intent however, the Government will consider all statements of interest and capability received no later than 05 September 2006. The following FAR provi sion and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items & addendum; 52.212-2 Evaluation of Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items and applicable addendum clauses; 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-6 Alt I, Restrictions on subcontractor sales to the Government; 52.203-11 Certification and Disclosure Regarding Payment s to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-7 Central Contractor Registration; 52.209-5 Certification regarding Debarment; 52.209-6 Protecting the Government?s Interest; 52.211-14 Notice of Priority Rating; 52.215-5 Facsimile proposals; 52.211-15 Defense Priority & Allocation Requirements; 52.211-17 Delivery of Excess Quantities; 52.219-6 Notice of Total Small Business Setaside; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts complaints Reports; 52.222-25 Affirmative Action Compliance; 52.222.42 Statement of Equivalent Rates; 2.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels;. and 52.212-5 DEV Alt I , Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following applicable FAR clauses: 52.219-8 Utilization of Small Business Concerns; 52.222-26; Equal Opportunity; 52.222-35 Alt I Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports; 52.222-38 Compliance with Veteran?s Employment Reporting; 5 Contractors shall include a completed copy of 52.212-3 ALT I with quotes. 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-6 Alt I, Restrictions on subcontractor sales to the Government; All clauses shall be incorporated by reference in the order. Additional contract terms and condit ions applicable to this procurement are: DFAR Provision and Clauses: 252.204-7000 Disclosure of Information; 252.204-7001 Commercial and Government Entity Code; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006; Billing Instructions; 252.209-7001 Disclosure Of Ownership Or Controlled By The Government Of Terrorist Country ; 252.209-7002 Disclosure Of Ownership Or Controlled By a Foreign Government; 252.209-7004 Subcontracting with firms that are owned or controlled By The Government Of Terrorist Country; 252.223-7004 Drug Free Work Force; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the following DFAR clauses: 252.225-7000 Buy American Act; 252.225-7001 By American Action Balance of Payments; 252.225-7002 Qualifying Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7020 Trade Agreements Certificate; 252.225-7021 Trade Agreements; 252.225-7030 Restrictions on Acquisition of Carbon, alloy and & armor Steel Plate; 252.225-7031 Secondary Arab Boycott of Israel; 252.225-7041 Correspondence in English; 252-225-7035 American Act-Free Trade Agreements 252-225-7036 American Act-Free Trade Agreements; 252.247-7023 Transportation of Supplies by Sea, Alt III;. Additional contract terms and conditions applicable to this procurement are: NAVSUP Clause applies: SUP 5252.243-9400 Authorized Changes by the Contracting Officer. This announcement will close at 08:00 a.m. on September 07, 2006. All qualified, responsible Small Business sources may submit a proposal which may be considered by the agency. Questions maybe submitted via e-mail at email address: penny.estrada@navy.mil. See Numbered Note:22. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evalu ation of offers, the final contract award will be based on a combination of factors - a combination of technically capability and price. 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/. DOD will no longer issue awards to Contractors not registered in the Central Contractors Registration (CCR) database. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements. Quotes over 10 pages in total will not be accepted by facsimile. Vendors should regularly access the NECO and FEDBIZOPPs Web Sites to ensure that they have downloaded all amendments.
- Web Link
-
Neco Website
(http://www.neco.navy.mil)
- Record
- SN01126997-W 20060828/060826220429 (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 |