Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2012 FBO #4036
SOLICITATION NOTICE

13 -- Combined synopsis solicitation for Pigstick Cartridges, Pigstick Disruptors, and lightweight stands.

Notice Date
12/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00174 Naval Surface Warfare Center, Maryland 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017413R0013
 
Response Due
12/28/2012
 
Archive Date
1/12/2013
 
Point of Contact
Jessica Scalfaro 301-744-6614
 
E-Mail Address
jessica.scalfaro@navy.mil
(jessica.scalfaro@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis solicitation for a commercial supplies and/or services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The synopsis is being issued under full and competition with a 10% HUBZone price evaluation preference. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N00174-13-R-0013 is issued as a Request for a Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20121116. The North American Industry Classification System (NAICS) code is 334511 and the size standard 750 employees. The Offeror shall provide a firm fixed price offer to provide 544 boxes of Pigstick Cartridges (NSN 1385-99-958-3696). Additionally, the offeror shall provided a firm fixed price offer for option quantities of 126 Pigstick Disruptors (NSN 1385-99-208-3317), 126 lightweight stands (NSN 1385-99-799-5526), and 450 boxes of Pigstick Cartridges (NSN 1385-99-958-3696). The offeror shall also provide a firm fixed price offer for shipping the above items to the Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) located in Indian Head, MD 20640. Delivery is required to be 24-26 weeks after contract award or exercise of option. See attachment 1 for the proposed CLIN structure for details. The clause at FAR 52.212-1, Instructions to Offerors- Commercial items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-4, 52.219-8, 52.219-9 Alt II, 52.219-16, 52.219-28, 52.222-3, 52.222-19. 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, and 52.232-33. The following clauses are hereby incorporated in full text as addenda to clause 52.212-4: 52.217-9, 252.223-7002, 252.223-7003, 252.204-7006, HQ G-2-0009, IHD 6, IHD 76, and IHD 84. See attachment 2 for the full text of these clauses. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.205-7000, 252.219-7003, 252.225-7001, 252.225-7028, 252.226-7001, 252.232-7003, and 252.243-7002. UNLESS AVAILABLE via the System for Award Management (SAM), OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD ABOVE: 52.212-3 Alt I, Offeror Representations and Certifications “ Commercial Items “ Alternate I. The following provisions are also applicable to this requirement: FAR 52.212-2, Evaluation “ Commercial Items. Award will be made to the lowest priced technically acceptable offeror. Offerors are hereby notified that a pre-award safety survey will be required and must be successfully completed/passed in order for an offeror to be eligible for award. Parties responding to this solicitation may submit their proposal in accordance with their standard commercial practices (e.g., on company letter head, formal proposal forms, 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), ability to meet delivery requirement and completed proposed CLIN structure (attachment 1 to this combined synopsis solicitation). 2.Company ™s CAGE code, DUNS number, and Taxpayer ID number. 3.All FAR representations and certifications must also accompany the proposal unless available via SAM. Any and all questions must be submitted 5 days before the closing date of the solicitation. No questions will be accepted after that time. Responses must be received not later than 1:00 pm EST on 28 December 2012. Provide responses to Jessica Scalfaro, Code A23I, Naval Surface Warfare Center, Indian Head Division, Procurement Division, 4072 North Jackson Road, Suite 132, Indian Head, MD 20640-5115. E-mail address: jessica.scalfaro@navy.mil. Fax: 301-744-6670.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017413R0013/listing.html)
 
Record
SN02945742-W 20121212/121210234236-72371ba5df931fe0420bb267b6be91bd (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.