Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2014 FBO #4519
SOLICITATION NOTICE

49 -- Centerline P-Series 250psi Cold Spray Portable Control System

Notice Date
4/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024414T0055
 
Response Due
4/21/2014
 
Archive Date
5/6/2014
 
Point of Contact
Shawn D. Lounsbury 562-626-7104
 
E-Mail Address
shawn.d.lounsbury@navy.mil
(shawn.d.lounsbury@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to award a sole-source contract and is not a request for competitive proposals. NAVSUP Fleet Logistics Center San Diego intends to solicit and negotiate the proposed purchase order on a sole source basis for a Centerline Supersonic Spray Technologies Division P-Series 250psi Cold Spray Portable Control System. The Government shall enter into a contract with Centerline Supersonic Spray Technologies Div. Sole source is based on NAVFAC Engineering Expeditionary Warfare Center (EXWC), is currently jointly collaborating with the Naval Post Graduate School (NPS) on optimizing parameters and characterizing the metal deposition process utilizing the cold spray process. The statutory authority for this sole source procurement is 10 U.S.C. 2304(c) (1) per FAR 6.302-1(c). The NAICS Code for this is 333999 and the Small Business Standard is 500. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 12:00 pm on April 21, 2014 PST will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. Please quote all or none, no alternates or substituted parts. The Government will not pay for any information received. Facsimile proposals are not acceptable; the preferred method is via email. Please send information to Shawn D. Lounsbury at shawn.d.lounsbury@navy.mil ITEM 0001 P-SERIES 250 PSI COLD SPRAY PORTABLE CONTROL SYSTEM Part Number: Quantity 01 EACH ITEM 0002 MANUAL SPRAY GUN, 3.8KW WITH STRAIGHT NOZZLE HOLDER AND 2.0MM ORIFICE Part Number Quantity 01 EACH ITEM 0003 AIR PREPARATION PAK “ 40DEW POINT, 20 & 2 MICRON Part Number Quantity: 01 EACH ITEM 0004 VOLUMETRIC FEEDER SYSTEM COMPLETE WITH INTERFACE CABLES, GAS REGULATOR, FLOW CONTROL VALVE AND CART Part Number Quantity: 01 EACH ITEM 0005 INSTALLATION AND TRAINING (2 Days) Part Number QUANTITY: 01 LOT Offers to be based on FOB Destination to the following location: Port Hueneme, CA 93043-4370 Inspection and acceptance will be performed at the government destination by a government representative. REQUIRED DELIVERY DATE: 60 DAYS ADC The following provisions and clauses apply: 52.202-1, Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the GovernmentĂ ‚¬ s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the GovernmentĂ ‚¬ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28, Post Award Small Business Program Representation, 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7003, Agency Office of the Inspector General252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, 252.225-7036, Buy American ActĂ ‚¬ ťNorth American Free Trade Agreement Implementation ActĂ ‚¬ ťBalance of Payment Program Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ťAlt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. 52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/comp/far/ and DFAR Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ To be considered, quotes must be received by 12:00 PM PST on 21 APRIL 2014 Quotes can be sent to the Purchasing Agent, Shawn D. Lounsbury via email shawn.d.lounsbury@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractors CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024414T0055/listing.html)
 
Place of Performance
Address: NAVFAC Eng. Expeditionary Warfare Center
Zip Code: 1100 23rd Ave, Port Hueneme, CA
 
Record
SN03331988-W 20140409/140407234611-62ff14c57091a69d57994a142e786341 (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.