Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

N -- Provide reliable sounding systems that are compatible and interchangeable with existing systems to support MDA missions.

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060409T0538
 
Response Due
9/11/2009
 
Archive Date
9/26/2009
 
Point of Contact
Bernadette Julian (808) 473-7583
 
Small Business Set-Aside
N/A
 
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. Further, this contract action is for commercial supplies and services for which the Government intends to negotiate with only Vaisala, Inc., under the authority of FAR 6.302-1, based on their thorough knowledge and experience of the weather sounding systems that are compatible and interchangeable with existing systems to support MDA missions. This announcement constitutes the only solicitation; a written solicitation will not will not be issued. Attached to this Combined Synopsis/Solicitation is the Statement of Work. 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 N00604-09-T-0538. 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. NAICS Code is 334519. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not for request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with 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. The proposed contract is for a reliable weather sounding systems that are compatible and interchangeable with existing systems to support MDA missions. Sounding systems must be able to reach an altitude of 100K feet. Contractor shall install the systems and provide training on new system for system operators. System installation and system operators training must be completed before range configuration test for JFTM-3 scheduled 05 October 2009. Required delivery date 05 October 2009. This will be a firm-fixed price contract. The criteria for award shall be based on the lowest priced technically acceptable, responsible offer to fulfill the Government's requirements. FISC Pearl Harbor requests responses from qualified sources capable of providing: ITEM 0001 - TRAINING DAY AT SITE SYTEM OPERATOR; MFG BY: VAISALA; PART NO. SRS362; TECHNICIAN ON SITE FOR FIVE DAYS TO INSTALL, TEST, AND PROVIDE TRAINING ON SYSTEM ITEM 0002 - TRAVEL ITEM 0003 - DIGICORA UPPER AIR SYSTEM; MFG BY: VAISALA; PART NO. MW31G SPS 311G SOUNDING PROCESSOR WITH GPS CAPABILITY; MW311SWSTD SOFTWARE, MW31METGRAPH SOFTWARE, MWLAPPC NOTEBOOK COMPUTER, GC25 GROUND CHECK SET ITEM 0004 - DIRECTIONAL ANTENNA FOR SOUNDING SYSTEM; MFG BY: VAISALA; PART NO. RB31 UHF DIRECTIONAL ANTENNA FOR SYSTEM TO MEET 100K FT. REQUIREMENTS ITEM 0005 - GPS ANTENNA; MFG BY: VAISALA; PART NO. GA31 GPS ANTENNA FOR SOUNDING PROCESSING SUBSYSTEM The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items is applicable to this procurement; 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 including the applicable clauses of 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 Disabled 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, and 52.232-36 Payment by Third Party; 52.215-5 Facsimile Proposals; 52.216-1 Type of Contract; 52.217-8 Option to Extend Services; 52.223-5 Pollution Prevention and Right-to-Know; 52.223-11 Ozone-Depleting Substances; 52.228-5 Insurance - Work on a Government Installation; 52.229-3 Federal, State and Local Taxes; 52.232-18 Availability of Funds; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payment Program, 252.243-7002 Requests for Equitable Adjustment, and 252.247-7023; 252.223-7001 Hazard Warning Labels; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7010 Levies on Contract Payments; Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: Local Clause G1 Representative of the Contracting Office; Local Clause G3 Representative of the Contractor; Local Clause L003 Unit Prices;Local Clause L331 Review of Agency Protests; NAVSUP H25 SPS Consolidated Server Time Zone; This announcement will close at 2:00 p.m. Hawaii Standard Time on 11 September 2009. Facsimile quotes will be accepted at 808-473-5750, or may be e-mailed to bernadette.juliana@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Quoters are responsible to view the LOCAL CLAUSES included as an attachment to this announcement. 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), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060409T0538/listing.html)
 
Record
SN01945756-W 20090910/090909085341-8b231035e6a91bfea87f6241ee7d7c51 (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.