MODIFICATION
59 -- Octal Amplifier Card
- Notice Date
- 9/8/2003
- Notice Type
- Modification
- Contracting Office
- N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025303Q0270
- Response Due
- 9/18/2003
- Point of Contact
- S. Rocheleau - Fax 360-396-7036 Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610
- E-Mail Address
-
S. Rocheleau, Procurement Coordinator, ITS
(rocheleausl@kpt.nuwc.navy.mil)
- Description
- The purpose of this modification synopsis is to restate for clarify purposes information provided in the initial synopsis. This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-03-Q-0270. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-15. The applicable NAICS Code for this requirement is 334419 and has a size standard 500 employees. This requirement will be negotiated on an ot her than full and open competition basis in accordance with 10 USC 2304(c)(1) and as implemented by FAR 6.302-1 with Precision Filters, Inc. The following requirements are: CLIN 0001: Qty 4 each – Mfg part no. VMA08-1-AMP-L, Octal Amplifier Card for VMEBUS to Include Option L, LRRO. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items, 52.245-2 Alternate 1 Government Pr operty, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402, 52.219-4, 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)). 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR, 52. 232-18 Availability of Funds. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207), 252.225-7036 Buy American Act-NAFTA Implementation Act-Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Quotes/Offers are due no later than 18 Sep 03, 1600 hours Pacific Time. The Defense Prior ities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). This notice of intent is not a request for competitive proposals. However, all proposals received within 7 days after the date of publication of this synopsis 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 for the purpose of determining whether to conduct a competitive procurement. Any questions should be submitt ed in writing via the fax number provided above or e-mailed to rocheleausl@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
- Web Link
-
NUWC Acquisition Division
(http://www.eps.gov/spg/DON/NAVSEA/N00253/N0025303Q0270/listing.html)
- Record
- SN00429288-F 20030910/030908213203 (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 |