Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2009 FBO #2927
SOLICITATION NOTICE

58 -- TRIMBLE NOMAD 800GXC

Notice Date
11/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0050
 
Response Due
12/3/2009
 
Archive Date
1/4/2010
 
Point of Contact
CHARLES (FLETCH) FLETCHER II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.bpn.gov/ for more information. This procurement is 100% Small Business Set-Aside offer; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Solicitation number / RFQ N00244-10-T-0050 apply. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07 and DFARS Change Notices effective through 01/03/2006. The standard industrial code is 3812, the business size standard is 750 and the NAICS Code is 334511. This is a Brand Name Only All or None offer. No equals. The agency need: CLIN 0001TRIMBLE NOMAD 800GXCQTY: 8 EACHManufacturer: Trimble Navigation Limited, Sunnyvale, CA Must include TerraSync software. No exceptions. CONFIGURATIONS:...Flash is 6 GB...GPS included...BT included...802.11 b/g included...Modem is GPRS/EDGE (2)...Camera included...Keypad is Numeric...TerraSync software DELIVERY ADDRESS:USS Bonhomme-RichardCTF-53 AV Unit WarehouseAradous Highway, MuharraqKingdom of Bahrain Mark for:Command Element S-611th Marine Expeditionary Unit (M20177)C/O GySgt TellezPh: 001-760-846-6758 NOTE: Nomad G series have the Serial boot (EGL-Z1005) as the standard boot. For USB host capability order EGL-Z1004 as an accessory. CLAUSES INCORPORATED BY REFERENCE 52.232-33 52.232-36Payment by Electronic Funds Transfer--Central Contractor Registration Payment by Third PartyOCT 2003 May 1999 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JAN 2009 252.225-7001 252.247-7023Alt III Buy American Act And Balance Of Payments ProgramTransportation of Supplies by Sea (May 2002)Alternate III JAN 2009 MAY 2002 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2006) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2007) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2008) N00244L331 REVIEW OF AGENCY PROTESTS (MAR 2000) (FISC SAN DIEGO) N00244L332 UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. N00244L333 NON-NAVY OWNED CRANES (AUG 2004) (NAVSUP) N00244M311 EVALUATION- USING TECHNICALLY ACCEPTABLE MINIMUM CRITERIA AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) TECHNICAL CAPABILITY OF THE ITEM TO MEET THE REQUIREMENT (ii) ABILITY TO MEET REQUIRED DELIVERY DATE OF 05 Jan 2010 AND FOB TERMS (iii) PRICE Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall render the offer to be technically unacceptable and not considered for award. The Government's required delivery schedule/date. Ability to meet the stated required delivery schedule/date(s) and FOB terms shall be demonstrated by the offeror's submission of a signed offer which has not taken exception to the required delivery schedule/date or place of delivery. Offers which take exception and do not meet the stated Government required delivery schedule/date and FOB terms may be determined to be unacceptable and not considered for award. Award will be made to that responsible offeror which meets both of the above minimum technical and schedule requirements and offers the lowest price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (JUN 2008). The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 P.M. (Pacific Standard Time) on 03 December 2009, and will be accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil). The contact phone number of Charles E. Fletcher II is (619) 532-2658. Attachments to be in Word 6.0 or higher and ten (10) pages or more will not be accepted via fax.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0050/listing.html)
 
Record
SN02012487-W 20091129/091127233537-a5a79e9dd45cf20dbb7689aaef5ef843 (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.