Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2007 FBO #1924
SOLICITATION NOTICE

66 -- MEASURING INSTRUMENTS

Notice Date
3/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017807R2008
 
Response Due
3/9/2007
 
Archive Date
4/30/2007
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.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 in unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. 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. Proposals are being requested and a written solicitation will not be issued. FAR Subpart 13.5 procedures will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure from Quality Performance Inc., (QPI), 11207 Single Oak Road, Fredericksburg, VA 22407 the following items: Item 1, A quantity of one(1), Wind Processor Unity Version 1, includes 4 dual channel Synchro PCB's (1-60Hz and 3-400Hz), 10-RS422 Channels and 2-100BaseFX Fiber-optic channels PN: 81163/0200.00W01, Item 2, A quantity of one(1) WPU GUI KIT PN: 81163/0101.00. Includes a minimum warranty of 18 months from factory shipment date or 12 months from set to work, whichever is earlier. The specific make and model is required for duplication of shipboard systems. This solicitation, number N00178-07-R-2008, is issued as a Request for Proposal (RFP). This solicitation document incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-15, Effective 12 Feb 2007 & Class Deviation 2005-00001 and Defense Acquisition Circular DCN 20070212. The NAICS Code associated with this procurement is 334519. All offerors must include a completed copy of FAR 52.212-3, Alt. I Offeror Representations and Certifications - Commercial Items, and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items, as part of their proposal. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Nov 2006) (DEVIATION), FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Di sabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels. Finally, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items subparagraphs (a), (b)(252.225-7012), (b)(252.227-7015), (b) (252.227-7037), (b)(252.232-7003), (b)(252.243-7002), (b)(252.247-7023), (b)(252.247-7024), (c), and DFARS 252.204-7004 Alternate A, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7003 Notification of Potential Sa fety Issues, and DFARS 252.225-7013 Duty-Free Entry applies to this ac quisition. This acquisition will occur via a Firm Fixed-Price (Commercial Hardware) contract. The closing date is 09 March 2007 at 2:00PM, Eastern Time. Anticipated Award date is 15 March 2007. All items shall be priced FOB-Destination, Wallops Island, VA. Delivery must be no later than 30 weeks after receipt of order. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Electronic proposal submission is encouraged at DLGR_NSWC_XDS12@navy.mil, but the proposal may also be faxed at (540) 653-4089 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: XDS121, Bldg. 183, Room 104, 17632 Dahlgren Rd., Dahlgren, VA 22448-5110.
 
Record
SN01242998-W 20070304/070302221755 (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.