Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2007 FBO #1993
SOLICITATION NOTICE

U -- QUANTITATIVE MEASUREMENTS OF SURFACE ACQUSTIC WAVES (SAW)

Notice Date
5/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Navy FISC Seal Beach Site 800 Seal Beach Bl Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024407T0523
 
Point of Contact
Marty Daugherty 562-626-7368
 
E-Mail Address
Email your questions to Contract Specialist
(martha.daugherty@navy.mil)
 
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 the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS (http://www.fedbizopps.gov) nd NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-1048. 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/dfars/index.htm. The NAICS code is 541618 and the Small Business Standard is $6.5M. This is a sole source action with University of California Riverside (UCR), Riverside, CA, due to UCR, possessing the experience in dealing with the properties and the modeling of thin-film polymers and their application to SAW sensors as well as to the development of a calibration standard and method. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests: CLIN 0001 ? 1 Job ? Continued development of calibration approach for SAW based sensors relating to chemical and biological detection in accordance with Statement of Work Attachment #1. FOB Destination. Requiring Activity: Naval Surface Warfare Center Corona , CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.213-4, Terms and Conditions-Simplified Acquisitions (Other than Commercial Items) with the following exceptions: 1) Section (d): Inspection/Acceptance has been deleted in its entirety and replaced with FAR clause 52.246-9, 2) Section (e): Excusable Delays has been deleted in its entirety, and replaced with FAR clause 52.249-14, 3) Section (f): Termination for the Governments Convenience has been deleted in its entirety and replaced with FAR clause 52.249-5, 4) Section (g): Termination for Cause has been deleted in its entirety, and replaced with the following: ?In the event of termination, Contractor will cease all work and will take all reasonable steps to cancel and otherwise minimize termination costs. Government will pay Contractor actual direct and indi rect costs and non-cancelable commitments incurred prior to the date o f termination and fair closeout costs.? (Note: As a non-profit, state institution, the University of California, Riverside, must receive full recovery of the costs expended by the University on behalf of extramural sponsors.), 5) Section (h): Warranty has been deleted in its entirety. (Note: The University of California, Riverside, is a non-profit, state institution, which performs basic research on a reasonable efforts basis only. The University is unable to warranty the results of its work; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special D isabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commo dities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247 -7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within 2 days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice 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. All responsible sources may submit a quote, which shall be considered by the agency. Award Criteria: Award will be made upon price reasonableness det ermination, contractor determination of responsibility with the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. 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/. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). Quotes must be received no later than 1:00 Local Time, 21 May 2007 and will be accepted via FAX 562-626-7275, Attn: Marty Daugherty, or e-mail martha.daugherty@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
Click here to learn more about FISC San Diego
(http://www.navsup.navy.mil)
 
Record
SN01292052-W 20070512/070510221603 (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.