SOLICITATION NOTICE
59 -- Circuit Card Assembly
- Notice Date
- 8/6/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025304Q0241
- Response Due
- 8/16/2004
- Archive Date
- 9/15/2004
- Point of Contact
- V. Peerson 360-396-7036 (Fax) Attn: Supply Department, Code 182, Bldg 945. 610 Dowell Street, Keyport, WA 98345-7610
- E-Mail Address
-
Email your questions to V. Peerson, Purchasing Agent
(vpeerson@kpt.nuwc.navy.mil)
- Description
- This requirement in support of the Naval Undersea Warfare Center 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-0241. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circulars 2001-24. This requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) GD California, as implemented by FAR 6.302-1. The applicable NAICS Code for this requirement is 334111 with a size standard of 750. Naval Undersea Warfare Center Keyport has a requirement for the following: CLIN 0001: 1 each Circuit Card Assem! bly, Mfgr. GD California, Inc, Part No. 0830429, Model No.SVME-770-429. CLIN 0002: 2 each Circuit Card Assembly, Mfgr. GD California Inc, Part No. 0834416, Model No. SVME-674-416. This requirement is to be FOB Destination?Naval Undersea Warfare Center Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination with a required delivery date of 30 January 2005. Quotes/Offers are due no later than 16 August 2004, 4:00 pm Pacific Time. Defense Priorities and Allocations System (DPAS) and applicable assigned rating for this requirement is DO-C9E. The following provisions apply to this solicitation; 52.212-1 Commercial Items 52.212-3. Offeror Representation and Certification-Commercial Items, a completed copy of the provision at 52.212-3 to be submitted with vendor quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52-212-4 Contract Terms and Conditions Commercial Items an! d Clause 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items. The following FAR clauses cited in this clause are applicable to this acquisition: 52.223-3 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 Disabilities, 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 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 DFARS clauses cited in this clause are applicable to this acquisition: 252.225-7001, Buy American Act-Balance of Payment Program and 252.247-7023 Transpo! rtation 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. The following DFAR Clause 252.211-7003 has been added in full. Quotes/Offers are due no later than 16 August 2004, 1600 hours Pacific Time. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (complete the pricing unit prices and extended pricing, (2) complete all representations and certifications 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 f! or the purpose of determining whether to conduct a competitive procurement. The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, a single award will be made to the low offeror based on price and the following price evaluation factors: (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104.To access the provision 52.212-3, download the Federal Acquisition Regulations at www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies to 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.
- Web Link
-
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
- Record
- SN00638971-W 20040808/040806212917 (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 |