SOLICITATION NOTICE
69 -- Laser Marksmanship Training System
- Notice Date
- 4/8/2008
- Notice Type
- Presolicitation
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908T0186
- Response Due
- 4/18/2008
- Archive Date
- 5/23/2008
- Point of Contact
- Jennifer Andrews 757-443-1319
- 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 and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-08-T-0186. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-24 and DFARS Change Notice 20080331. It is the responsibility of the contractor 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 335999 and the Small Business Standard is 500 employees. This is a sole source action with MPRI, Inc. The Fleet and Industrial Supply Center Norfolk requests the following items: CLINITEM DESCRIPTIONQUANTITY0001Wireless LCCATS 7 Target Set20002390 V5 Advanced System50003130-1E Warrior Kit100004460 System 5 Target w/ case30005Sig 228 Pistol barrel50006LT 300 Laser for Sig 228 barrel50007390 V5 Advanced System w/ 4 Lane Linking Capability2 Delivery is FOB Destination. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-3 Convict Labor (June 2003)52.222-19 Child LaborCooperation with Authorities and Remedies (JAN 2004)(E.O. 13126)52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (APR 2002) (E.O. 11246)52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (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 and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212)52.222-50 Combating Trafficking in Persons (Aug 2007)52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury)52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), 52.215-5 Facsimile Proposals (OCT 1997)52.217-5 Evaluation of Options (JUL 1990)52.233-2 Service of Protest (SEP 2006)52.233-3 Protest After Award (Aug 1996)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)Additional contract terms and conditions applicable to this procurement are:252.204-7004 ALT A CCR(Sep 2007)252.209-7001 Disclosure of ownership or control by the government of a terrorist country (OCT 2006)252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006)252.211-7003 Item Identification and Valuation (JUN 2005)252.212-7000 Offeror Representation and Certifications Commercial Items (JUN 2005)252.212-7001 Contract Terms and Conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items. (APR 2007)52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207)252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582)252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a)252.225-7021 Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note)252.232-7003 Electronic Submission of Payment Requests (Mar 2007)252.243-7002 Requests for Equitable Adjustment (Mar 1998)252.247-7023 Transportation of supplies by sea (MAY 2002)252.225-7000 Buy American Act Balance of Payments Program Certificate (JUN 2005)252.232-7010 Levies on contract payments (DEC 2006) 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business.(End of provision) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 2 p.m. EST on 18 April 2008. Contact Jennifer Andrews, who can be reached at 757-443-1319 or email jennifer.andrews @navy.mil. 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, all proposals received by the closing date of this synopsis will be considered by the Government. 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. See Numbered Note: 22 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90be3edf84c2245b35cd180884e85db1&tab=core&_cview=1)
- Record
- SN01549805-W 20080410/080408222915-5adaa736140d72085ee14e02b570e51e (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 |