Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SOLICITATION NOTICE

58 -- Sea-Bird Electronics FastCAT CTD Sensors

Notice Date
8/28/2024 1:44:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060424Q4097
 
Response Due
8/30/2024 7:00:00 AM
 
Archive Date
09/16/2024
 
Point of Contact
Dana Anderson 808-473-7906
 
E-Mail Address
dana.a.anderson2.civ@us.navy.mil
(dana.a.anderson2.civ@us.navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.GOV (https://sam.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N0060424Q4097. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-06 and DFARS Publication Notice 20240815. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/, and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334290 and the Small Business Standard is 800 employees. This is a Full and Open, Sole Source action; the Small Business Office concurs with this acquisition strategy. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). The Small Business Office concurs with this acquisition strategy. 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 bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLIN 0001 - QTY: 4; Sea-Bird Electronics FastCAT CTD Sensors; Unit of Issue: Group; FOB Destination Shipping included. Please refer to Attachment 1 Item List. Required Delivery Date: 12 weeks After Date of Order (ADO) Responsibility for Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. See Attachments: 1. Item List 2. FAR 52.212-3 Alt I and FAR 52.204-24 3. Redacted Sole Source J and A 4. Applicable FAR and DFARS Provisions and Clauses Method of Payment: The method of payment will be via Wide Area Workflow (WAWF). System for Award Management (SAM). Quoters must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. Questions regarding the solicitation shall be submitted electronically to dana.a.anderson2.civ@us.navy.mil. Reference RFQ N0060424Q4097. Questions shall be submitted no later than 29 August 2024 at 12:00 PM Hawaii Standard Time (HST). This announcement shall close on 30 August 2024 at 10:00 AM Hawaii Standard Time (HST). Quotes may be submitted electronically to dana.a.anderson2.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. SUBMISSIONS: Quote: All quotes shall include price(s) for items and shipping, FOB point, Delivery Date, a point of contact, name and phone number, business size, and payment terms. Quoters are advised that delays can be experienced with the Government�s email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery timeframe, and a determination of responsibility. The submission of a quote means that the Quoter does not take any exceptions to the solicitation and Attachment 1 - Item List. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I and FAR 52.204-24 with quotes (required if SAM.gov representations are not updated). Price: Quoters shall submit a price for each item listed in this Notice. Delivery Date: Quoters shall submit a Delivery Date for each item listed in this Notice. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS). ******* End of Combined Synopsis/Solicitation *******
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f7e0eeadbc543cabe83cb18c53ebad1/view)
 
Place of Performance
Address: 140 SYLVESTER ROAD, SUBDEVRON FIVE DET ASL, SAN DIEGO, CA 92106, USA
Zip Code: 92106
Country: USA
 
Record
SN07190404-F 20240830/240828230129 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.