Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOLICITATION NOTICE

J -- Services to Aircraft Carrier Landing Simulator System

Notice Date
5/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0758
 
Response Due
5/18/2012
 
Archive Date
6/2/2012
 
Point of Contact
Merlinda M. Labaco 619-532-8122 Nestor J. Noble
 
E-Mail Address
2-8093<br
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. The government intend to award on a sole source basis to Advanced Systems Integration Inc., under the authority of FAR 13.106-1 (b) (2). This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of the solicitation will not be available. The solicitation number is N00259-12-T-0758. It is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-58. It is the contractors ™ responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov and www.acq.osd.mil. This is a total small business set aside. The NAICS code is 541330. The contractor shall provide: CLIN: 0001: Services to integrate existing Aircraft Carrier Landing Simulator (ACLS) system with other components in order to collect the required visual performance data. U/P: _________. Period of performance: 01 June 2012 “ 31 May 2013. The equipment are located at Naval Training Center San Diego. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (FEB 2012) 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) 52.212-2 Evaluation -- Commercial Items (JAN 1999) Factors are: 1) Technical Capability, 2) Past Performance, and 3) Price 52.212-3 Offeror Representations and Certifications -- Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.219-28 Post-Award Small Business Program Representation (APR 2007) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action For Workers With Disabilities (Oct 2010) 52.223-18 Contractor Policy To Ban Text Messaging While Driving (Sept 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct 2003) 52.227-19 Commercial Computer Software License (DEC 2007) 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Requirements (NOV 2007) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (SEP 2007) 252.225-7000 Buy American Act “ Balance of Payments Program Certificate (DEC 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2012). NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (AUG 2011) (a)In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b)NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links For more information or to enroll in the NCACS Program call: 1-877-727-4342. For Naval Base San Diego Pass and Decal Office, call: 1-619-556-1653. (c)Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as an assessment of the prospective contractors ™ key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested services. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote to Merlinda Labaco on or before 09:00AM Pacific Standard Time on May 18, 2012. Email: merlinda.labaco@med.navy.mil. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0758/listing.html)
 
Place of Performance
Address: Navy Refreactive Surgery Center
Zip Code: Branch Medical Clinic, NTC
 
Record
SN02742205-W 20120510/120508235347-02adc541864d062e2f66ab7228f46308 (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.