Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

59 -- Synthesized signal sources, installation and calibration services to operate the Rotodome Radar System

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0626
 
Response Due
9/26/2011
 
Archive Date
10/11/2011
 
Point of Contact
Kimberly Rieder 619-532-4356
 
E-Mail Address
kimberly.rieder@navy.mil
(kimberly.rieder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-11-T-0626. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. This solicitation is issued as unrestricted NAICS Code 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: Two (2) each MI-3121 Synthesized Signal Sources or equivalent. Quoted equipment is required to be compatible in terms of software, hardware connections/features that will allow seamless integration into the existing MI-3000 system that currently operates the US Navy s E2C Rotodome Radar system. Documentation must be provided to support and demonstrate the offered product will integrate with the system. Line Item 0002: One (1) Lot Installation and calibration; Quoting contractors shall provide documentation that affirmatively demonstrates their ability to provide technical expertise to install and seamlessly calibrate the signal sources to operate the E2C Rotodome Radar system. Failure to provide the required documentation and technical literature that addresses the installation and calibration may result in a determination of unacceptability and may not be considered for award. Government Delivery Requirements: The Government requires all material to be delivered 8 weeks ARO. If above day cannot be met contractors must provide an accurate and realistic delivery schedule. All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be deemed as unacceptable and may not be evaluated for award. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center Southwest North Island Building 474 San Diego California 92135. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Any technical questions are to be directed to: Kimberly Rieder Purchasing Agent, US Navy, NAVSUP Fleet Logistics Center San Diego, Code 240, Kimberly.rieder@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 5:00PM (PST) on September 23, 2011. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to award a contract resulting from this solicitation to the responsible Quoting Contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, 1-3 shall be used to evaluate quote. (1) TECHNICAL CAPABILITY IAW FAR 52.212-1(b)(4) Contractors shall submit sufficient technical data for the product being offered quoted and sufficient supporting data for the installation services portion of this requirement. Failure to provide sufficient technical data may render an offer unacceptable as it will not allow a proper technical evaluation of the product and or services by the Government. Commercial catalog or technical data submitted shall be reviewed against the specifications of the individual CLINS and SOW herein. Only those quotes whose technical data demonstrates that proposed items meet the salient characteristics and terms of the SOW shall be given a GO rating. If the data is determined to be not technically acceptable a NO GO rating will be assigned and no further evaluation will be conducted. (2) DELIVERY SCEHDULE: The requirement is an eight week lead time for equipment delivery and installation/calibration. Quoting contractors will be evaluated for the lead time stated in a quote. A quoting contractor s lead time offered at eight weeks will receive a GO rating. Lead times greater from 8-10 weeks will also receive a GO rating but will may not necessarily represent the best value for the Government. Lead times of 11 weeks or greater will receive a NO GO rating and will not be further evaluated. Quoting contractors should, therefore, provide their best realistic delivery schedule to demonstrate they are responsive to the Government s requirement. (3) PRICING: Contractors shall provide separate unit pricing for the products quoted and for the services required. RATINGS: Quotes will be evaluated initially under factor (1) which represents the minimum acceptable criteria. The Government will evaluate and make a determination of the overall value of each quote in terms of its potential to best satisfy the needs of the Government considering all factors. Factor 1 will be evaluated and a rating of GO or NO GO will be assigned based on the evaluation. Factor 2 will be evaluated and a rating of GO or NO GO will be assigned based on the evaluation. Vendor s quotes that receive a NO GO rating will not be further evaluated. Vendors quotes that receive GO ratings for Factor 1 and Factor 2. Relative Importance: Factor (1): TECHNICAL ACCEPTABILITY is more important than Factor 2 Delivery or Factor 3) PRICE. Factor 2: Delivery is more important than Factor 3 PRICE. When combined, factor 1 and 2 are more important than factor 3. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. Each initial quote should, therefore contain the Quoting Contractor s best terms from both a price and technical standpoint. The Government reserves the right to make a partial award for the equipment portion of this requirement only or for both the equipment and services portion together. (g) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoting contractor within the time for acceptance specified in the quote, shall result in a purchase order, once the quoting contractor performs under the order or returns a signed (if requested) copy of the order to the Purchasing Agent. Before the quotes specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.204-7, Central Contractor Registration FAR 52.204-9, Personal Identity Verification of Contractor FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.223-5 A1, A2 Pollution Prevention and Right to Know Information FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic & Hazardous Waste DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.246-7003 Notification of Potential Safety Issues FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 NAVSUP Clause 5252.232-9402 Wide Area Work Flow; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Purchasing Agent via email: kimberly.rieder@navy.mil. Quotation information may be submitted electronically via e-mail. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-11-T-0626 on all documents and requests for information. Quotes must be received no later than COB 1400 (PST) on September 26, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0626/listing.html)
 
Record
SN02586062-W 20110923/110921235737-8da1e4ba4351bb26f5052af9cb8ef49e (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.