Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
MODIFICATION

59 -- Purchase of Waveguide Assembly

Notice Date
8/16/2007
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
20670
 
Solicitation Number
N00421-07-T-0206
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
Point of Contact
Helen Garst, Contract Specialist, Phone (301) 757-9788, Fax (301) 757-9046,
 
E-Mail Address
helen.garst@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number N00421-07-T-0206 is issued as a Request for Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-17, Defense Acquisition Circular 91-13, and DFARS Change Notice 20070531. This requirement is being synopsized as a competitive total small business set-aside under the North American Industry Classification System code 517410. The small business size standard for this NAICS code is $13.5M. The Maritime Patrol Aircraft Program (PMA290) intends to purchase seven (7) wave guide assemblies. The drawings for this procurement cannot be uploaded into the FedBizOpps website. Please refer to the NAVAIR website available at the following link, for waveguide specifications and drawings: http://www.navair.navy.mil/doing_business/open_solicitations/solicitation_view_action.cfm?Sol_No=N00421-07-T-0206. The equipment will be delivered FOB Destination to the Patuxent River Naval Base in Patuxent River, MD. The technical acceptability of all quotes will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (Sep 2006) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. The following factors shall be used to evaluate quotations: Technical Capability, Price, and Past Performance. In accordance with FAR 12.602(a), the Government is not assigning relative importance to the evaluation factors. The Government will award on a Best Value basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications ? Commercial Items (Nov 2006) with its quote including DFARS 252.212-7000 Offeror Representations and Certification ? Commercial Items (June 2005) if applicable. If the offeror has an updated version of their Representations and Certifications at the Online Representations and Certifications Application (ORCA) website, they can include a statement reflecting this in their offer rather than a copy of the Representations and Certifications. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Feb 2007) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders ? Commercial Items (Mar 2007), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) is incorporated by reference, for paragraph (a) 52.203-3 Gratuities (APR 1984) applies, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) is incorporated by reference. Quotes are due to Helen Garst, Contract Specialist, helen.garst@navy.mil via email, or fax (301) 757-9046, by 2:00 P.M. Eastern Standard Time, 5 Sep 2007. Questions regarding this notice should be addressed to Helen Garst at (301) 757-9788. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-07-T-0206/listing.html)
 
Place of Performance
Address: TBD
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01375887-F 20070818/070816230923 (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.