SOLICITATION NOTICE
58 -- Power Amplifier
- Notice Date
- 2/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025304Q0089
- Response Due
- 3/5/2004
- Archive Date
- 4/4/2004
- Point of Contact
- J. Walls 360-396-7036 (Fax) Naval Undersea Warfare Center Division Keyport, Attn.: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Fax 360-396-7036
- E-Mail Address
-
J. Walls, Purchasing Agent
(jwalls@kpt.nuwc.navy.mil)
- Description
- 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 N00253-04-Q-0089. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-19. This requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) with the original equipment manufacturer, Instruments Inc, 7263 Engineer Rd, San Diego CA 92111-1493, as implemented by FAR 6.302-1. The applicable NAIC S Code for this requirement is 335999 with a size standard of 500. The contract line items are both customized power amplifiers with no rack slides: CLIN 0001: 1 each part number: S-26-2 with, all power; gate and signal in and output connections in the rear; 18 inch power cables and lifting straps plus CLIN 0002: 1 each part number: S2 with all MS connectors mounted on the rear. These units are to be delivered no later than 28 May 2004. FOB Destination-Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must provide the repair services associated with the part number set forth in the solicitati on and any subsequent amendments. (2) Price: Award will be made based on price and the following price evaluation factors: Single Award for All Items. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representation and Certification-Commercial Items, with their quote. Clause 52.212-4 Contract Terms and Conditions–Commercial Items applies to this acquisition. 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: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facil ities, 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, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT–CCR. DFAR Clause 252.212-7001 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 are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payment Program and 252.247-7023 Transportation of Supplies by Sea. Quotes/Offers are due no later than Tuesday, 5 Mar 04, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requ irement is DO-S1. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing for CLINS 0001 and 0002 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. Any questions should be submitted in writing via the fax number provided above or via e-mail. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/.
- Web Link
-
NUWC Acquisition Division
(http://www.eps.gov/spg/DON/NAVSEA/N00253/N0025304Q0089/listing.html)
- Record
- SN00524384-F 20040220/040218224603 (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 |