SOLICITATION NOTICE
66 -- Graphic Recorder
- Notice Date
- 3/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025304Q0118
- Response Due
- 4/5/2004
- Archive Date
- 5/5/2004
- Point of Contact
- S. Rocheleau 360-396-7036 (Fax) Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
- E-Mail Address
-
Email your questions to S. Rocheleau, Procurement Coordinator, ITS
(rocheleausl@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-0118. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-20. The applicable NAICS Code for this requirement is 334511 and has a size standard 750 employees. This requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) and as implemented by FAR 6.302-1 with SeaFloor Sy stems, Inc. Hillsboro, Oregon. The following requirements are: CLIN 0001: Qty 1 ea Graphic Recorder, EPC Model 9506 Thermal Graphic Recorder with Network, High Speed Parallel, and IEEE Interface (addressable). Required delivery for CLIN 0001 to be fifteen (15) days after award. Government testing and evaluation timeframe for CLIN 0001 to be within fifteen (15) days after receipt of material. CLIN 0002: Option Item Qty 2 each Graphic Recorder, EPC Model 9506 Thermal Graphic Recorder with Network, High Speed Parallel, and IEEE Interface (Addressable). Exercise of Option Quantity to be within 45 days from acceptance of CLIN 0001. Delivery of CLIN 0002 to be within 30 day from date of option exercise. 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 252.225-7000 Buy American 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, Clause 52.217-7 Option for Increased Quantity?Separately Priced Line Item, 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: 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)), 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 5 2.222-35 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, 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: 252.225-7001 Buy American Act and Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.20 9-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Quotes/Offers are due no later than 05 Apr 04, 1500 hours Pacific Time. The Defense Priorities 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, the Government will consider all proposals received within 7 days after the date of publication of this synopsis. A determination by the Government not to compete with this propose d contract based upon responses to this notice is solely for the purpose of determining whether to conduct a competitive procurement. Any questions should be submitted 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://kpt-eco.kpt.nuwc.navy.mil)
- Record
- SN00552565-W 20040325/040323212221 (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 |