SOLICITATION NOTICE
59 -- EMI Assy
- Notice Date
- 8/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024403T0947
- Response Due
- 8/14/2003
- Archive Date
- 9/13/2003
- Point of Contact
- Debby Gray 6195454378 Debby Gray 619-545-4156 - fax
- E-Mail Address
-
Email your questions to Click here to contact buyer.
(deborah.gray@navy.mil)
- Description
- This is a combined synopsis/solicitation for a commercial supply prepared in accordance with the Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This procurement is issued on an unrestricted basis. The Standard Industrial Code is 3728; NAICS 335311. The agency need a component of the controller, P/N 706530-4, used in the F/A-18 aircraft. CLIN 0001: EMI Assy, P/N 707232. Mfr: Smiths Aerospace CLIN 0002: Shipping Charges (if quoting F.O.B. Origin); provide city/state of where the shipment will originate from. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications for Commerical 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; FAR clause 52.212-4, Contract Terms and Conditions commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7 Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.217-5, Evaluation of Options; FAR 217-8, Option to Extend Services; 52.217-9, Option to Extend the term of the Contract with para (c) completed as follows: the total dura tion of this contract, including the exercise of options under this clause, shall not exceed three (3) years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status 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; 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 America n Free Trade Agreement Implementation Act. DFAR 252.204-7004, Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror or quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.232-34, Payment by Electronic Funds Transfer; 52.247-34, F.O.B. Destination. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation of Commercial Items applies paragraph (a) completed as follows: Award will be made to the offeror that meets the sol icitation's minimum criteria for technical acceptability at the lowest price. All responsible offerors are to submit current pricing, payment terms, cage code, Dunn & Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 PST, 14 August 03 and will be accepted via FAX at 619-545-2156. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the Internet from the following addresses: http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
- Web Link
-
Click here to obtain information about Fleet & Industrial Supply Center
(http://www.sd.fisc.navy.mil)
- Record
- SN00391554-W 20030806/030804213833 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |