Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2004 FBO #0929
SOLICITATION NOTICE

70 -- Controller

Notice Date
6/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025304Q0194
 
Response Due
6/21/2004
 
Archive Date
7/21/2004
 
Point of Contact
H. Ely 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 H. Ely, Purchasing Agent
(elyhj@kpt.nuwc.navy.mil)
 
Description
This requirement is 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-0194. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2001-22 and 23. The applicable NAICS Code for this requirement is 334111 and has a size standard of 1000. NUWC Division Keyport has a requirement for the following: CLIN 0001: 100 each Controller, 4 Channel Raid 64 Bit U160, model number SR2500F, or equivalent. CLIN 0002: 100 each Daughterboards 4x Ultra160 SCSI, model number IFT-9284FU3, or equivalent, CLIN 0003: 100 each Backplanes 4 Channel, model number IFT-9288FB4, or equivalent, known Mfg: for CLINs 0001 through 0003 is Infortrend. CLIN 0004: Memory Module 512MB PC133 ECC DIMM CL3, part number KVR133X72C3/512, or equivalent, known Mfg: Kingston Technology. Required delivery to be on or before 12 Jul 04. FOB Destination: NUWC Division Keyport, Keyport, WA 98345-7610. 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 Univers al Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items, 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 A1 Restrictions on Subcontractor Sales to the Government, 52.219-6 A1Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities and Remedies, 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 Vete rans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. 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 clause are applicable to this acquisition: 52.203-3 Gratuities, 252.225-7001 Buy American Act-Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 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. The following DFAR clause 252.211-7003 has been added in full. Quotes/Offers are due no later than 21 Jun 04, 1500 hours Pacific Time. The Defense Priorities and Al locations 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. Any questions should be submitted in writing via the fax number provided above or e-mailed to elyhj@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 non-responsive and result in rejection of the same. Numbered Note 1 Applies.
 
Web Link
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00602127-W 20040612/040610212608 (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 |
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.