Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

59 -- REPLACEMENT PARTS FOR ATACH BOARD 500-002-029

Notice Date
8/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus 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
N0024416T0233
 
Response Due
8/11/2016
 
Archive Date
10/12/2016
 
Point of Contact
Evelyn Argueta 562-626-7426
 
Small Business Set-Aside
Total Small Business
 
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, Regional Contracts Department, Seal Beach Division, intends to solicit, on a sole source basic for Visual Training Aids for subject courses œThe law of Thermodynamics  and correct application in Heating, Ventilation and Air Conditioning (HAVC). The Government shall enter into a contract with Design Assistance Corporation. Sole source is based on Naval Construction Training Center; Port Hueneme, CA The resultant contract will be firm fixed supply contract. The authority for this sole source action is U.S.C. 2304(c) (1), as implement by FAR 6.302-1(c). The NAICS Code for this is 336413 and the Small Business Standard is 1250 employees. A determination by the Government not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. Information received as a result of this notice will normally be considered solely 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 Evelyn Argueta at evelyn.argueta@navy.mil ITEM 0001 Base Unit and Accessories Model Number 500-002-029 Quantity: 12 EACH ITEM 0002 Submount A-SPST Toggle Switch Model Number 500-002-001 Quantity: 14 EACH ITEM 0003 Submount B-Tail Lamp Light Model Number 500-002-002 Quantity: 26 EACH ITEM 0004 Submount C-Marker Light Model Number 500-0002-003 Quantity: 26 EACH ITEM 0005 Submount D-Resistor (100 Ohm) Model Number 500-002-004 Quantity: 14 EACH ITEM 0006 Submount E-3 Resistors (100 + 1000+ 10000 Ohms) Model Number 500-002-005 Quantity: 14 EACH ITEM 0007 Submount H-3 Resistors (560 Ohms) Model Number 500-002-007 Quantity: 14 EACH ITEM 0008 Submount J- Relay Model Number 500-002-008 Quantity: 14 EACH ITEM 0009 Submount L-Electrolytic Capacitor (100uF) Model Number 500-002-009 Quantity: 14 EACH ITEM 0010 Submount N-Momentary Switch Model Number 500-002-011 Quantity: 14 EACH ITEM 0011 Submount O-LED Model Number 500-002-012 Quantity: 14 EACH ITEM 0012 Submount P-Transistor (NPN) Model Number 500-002-013 Quantity: 14 EACH ITEM 0013 Submount Q-Potentiometer (10k) Model Number 500-002-014 Quantity: 14 EACH ITEM 0014 Submount Y-Zenor Diotes Model Number 500-002-019 Quantity: 14 EACH Offers to be based in on FOB Destination to the following location: Port Hueneme, CA 93043-4336 Inspection and acceptance will be performed at the government destination by a government representative. REQUIRED DELIVERY DATE: 60 DAYS ADC The following FAR provisions and clauses are applicable to this procurement: 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, Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference. FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.211-6 Brand Name or Equal; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. 52.204-7 System for Award Management (Jul 2013) DFAR 252.204-7004 Alt; is required, applies to all solicitations issued on or after 7/11/05; Lack of registration in the SAM database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://sam.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-34 F.O.B Destination. Offerors are required to complete and include a copy of the following provision with their quotation. FAR 52.212-3, Offers Representation and Certifications “ Commercial Items œ Alt 1. Provision 52.212-2, Evaluation “ Commercial Items. Applies with paragraph (s) 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 clause by reference, with the same force and effects 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/dfar/ To be considered, quotes must be received by 12:00 PM PST on 27 APRIL 2016 Quotes can be sent to the Evelyn Argueta via email evelyn.argueta@navy.mil Facsimile quotes will not be accepted. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.go
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024416T0233/listing.html)
 
Record
SN04213098-W 20160810/160808234641-c54ff6fc3b94b4369796bf3c3845db73 (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.