SOLICITATION NOTICE
58 -- TRANSPONDERS AND CHARGERS
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- PRN322091189U081
- Archive Date
- 8/11/2011
- Point of Contact
- William H. Shearer, Phone: 7574624470
- E-Mail Address
-
william.shearer@navy.mil
(william.shearer@navy.mil)
- 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. 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 FEDBIZOPPS (http://fbo.gov/). The PR number is N322091189U081. 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 334511. This procurement is a sole source procurement to the OEM Kongsberg Maritime, Inc., 5373 W Sam Houston Parkway N, Suite 200, Houston, TX 77041. The MSCHQ N10, SMS FIELD DET LITTLE CREEK requests responses from qualified sources capable of providing: (1) P/N: MST-216277 MST 342/N Transponder to 4,000 meters. five (5) each; (2) P/N LAD-219045 MST Chargers Two (2) each. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. FOB Destination NWS Yorktown Cheatham Annex, Williamsburg, VA 23185. Delivery required by December 08, 2011. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-7876); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 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; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 the following clauses apply and are incorporated by reference -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, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 and its 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, within 252.212-7001 the following clause apply and are incorporated by reference -252.204-7003, Required Central Contractor Registration, with its ALT A; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III; 252.211-7003, Item Identification and Valuation. This announcement will close at 4:00 P.M. on 27 July 2011. Contact William Shearer who can be reached at (757) 462-4470 or email William.shearer@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 22. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation to the low cost technically responsible offeror conforming to the solicitation. 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/. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to William.shearer@navy.mil, or faxed to (757) 462-7876. Reference PR N322091189U081. JUSTIFICATION FOR SOLE SOURCE The service or material listed on N32209-1189-U081 is sole source and competition is precluded for reasons indicated below. There are no substitutes available for this material or service. Restricted to the following source. Manufacturer: Kongsberg Maritime Inc 5373 W Sam Houston Parkway N, Suite 200 Houston, TX 77041 Manufacturer POC & phone Bobby Mahoney 504-712-2799 _X_ Description of the item or service required, the estimated cost, and required delivery date. 1) P/N: MST-216277 MST 342/N Transponder to 4,000 meters. five (5) each; (2) P/N LAD-219045 MST Chargers Two (2) each FOB Destination EDD: 12/08/11 RDD: 12/08/11 _X_ Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. The installed transponders are configured for installation onboard the primary deep water jetting UWV, Kelly I. To use transponders from another manufacturer would require changing out end connectors at an expense of approximately $1,500 each. Additionally, the MST 3421N transponders will interface with the existing installed HiPAP 500 system with no modifications or upgrades required. The HiPAP system tracks the movement of the UWV under ZEUS and is critical to prevention of collision with the ZEUS during launch/retrieval operations. _X_ The requested material or service represents the minimum requirements of the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PRN322091189U081/listing.html)
- Place of Performance
- Address: Military Sealift Command, NWS Yorktown Cheatham Annex CAD 30, Receiving Officer, Williamsburg, Virginia, 23185, United States
- Zip Code: 23185
- Zip Code: 23185
- Record
- SN02507006-W 20110723/110721235935-b33861f382f7d896f59de752a8172bcf (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 |