Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

66 -- Coaxial Germanium Detector

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-05-Q-0117
 
Response Due
1/18/2005
 
Archive Date
2/2/2005
 
Description
Fleet and Industrial Supply Center, NNSY Maritime Industrial Branch intends to procure on a sole source basis with Canberra Industries, Inc. a Coaxial Germanium Detector to include various accessory items and on-site installation. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 utilizing the format set forth in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITEN SOLICITATION WILL NOT BE ISSUED. The applicable solicitation number for this Request for Quotation is N00181-05-Q-0117. The applicable NAICS is 334516 with a size standard of 500 employees. NNSY anticipates award of a firm-fixed price purchase order for the following items: CLIN 0001 Coaxial Germanium Detector, 75 percent efficiency, 2.0 kev resolution, Model GC7520, Quantity - 1 each; CLIN 0002 Big MAC Flanged, Model 7935-7F, Quantity - 1 each; CLIN 0003 Remote Detector Chamber, 4 inch, Model RDC-4, Quantity - 1 each; CLIN 0004 Liquid Nitrogen Level Controller, Model 2541M, Quantity - 1 each; CLIN 0005 Liquid Nitrogen Storage Dewar, 160 liters, Model D-160, Quantity - 1 each; CLIN 0006 LabSOCS Characterization of New Canberra Detector Model ISOXCAL, Quantity - 1 each; CLIN 0007 Verification Counts for LabSOCS, Model ISOXVRFY, Quantity - 1 each; CLIN 0008 IS0CS Wheeled transport Cart and Shield, Model ISOXSHLD, Quantity - 1 each; CLIN 0009 InSpector-2000 MCA System, Model 1300, Quantity - 1 each; CLIN 0010 Genie-2000 Right to Copy License, Model S520C, Quantity - 1 each; CLIN 0011 Preamplifier/Amplifier/Discriminator, Model 814A, Quantity - 4 each; CLIN 0012 Detector Voltage Supply, 2kV, Model 3102D, Quantity - 4 each; CLIN 0013 MultiPort-II Multichannel Analyzer, Model MP2-4E, Quantity - 1 each; CLIN 0014 NIM Bin and Power Supply, 6, 12, 24 V, Model 2100-1, Quantity - 1 each; CLIN 0015 Single Pedestal Data Entry Desk, Model 2254, Quantity - 1 each; CLIN 0016 Systems Integration and Test, Model ASM-INT, Quantity - 1 each; CLIN 0017 On-site installation, Model INSTALL - Quantity 2 each; CLIN 0018 TSF-C0425 Apex modifications for CO-60 equivalent; includes 1 week on site and expenses, Model TSERF, Quantity - 1 each. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular #2001-24 and the Defense Federal Acquisition Regulation Supplement Change Notice 20040625. The following apply to this acquisition: FAR 52.212-1, 52.212-2, 52.212-3 ALT I, 52.212-5 (incorporating 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-13; 52.222-33. ADDENDA: DFAR 252.212-7000; 252.212-7001 (incorporating 52.2203-3, 252.225-7012, 252.225-7014; 252.225-7021; 252.243-7002; 252.247-7023; 252.247-7024). IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Lack of registration in the CCR database may make a contractor ineligible for award. Info can be obtained @ http://www.ccr.gov or 1-888-227-2422. Offers shall be evaluated for fair and reasonable prices, adherence to applicable clauses and provisions and, adherence to required delivery schedule. Material is required to be delivered to the destination shown in the synopsis no later than 90 days after award of the purchase order resulting from this combined solicitation/synopsis. Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quotation form, etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses; 2) Prompt payment terms; 3) Delivery schedule; 4) Taxpayer ID number; 5) CAGE code; 6) DUNS (Dun and Bradstreet) number; 7) ALL COMPLETED REPRESENTATIONS AND CERTIFICATIONS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3 Alt I AND 252.212-7000. Text of clauses referenced herein may be found at the following websites: FAR: www.arnet.gov/far DFAR: www.acq.osd.mil/dpap/dfars/ . All material shall be delivered FOB Destination to: Receiving Officer, Bldg. 276, Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. All quotations in response to this synopsis/solicitation must be received in this office NLT 12:00 PM (Local Time), 18 January 2004. Responses should provide e-mail address of quoter if one is available. Responses to RFQ shall be addressed to Jacqueline Nichols, Code 531.1H and shall either be mailed to Norfolk Naval Shipyard, Code 531.1H Bldg. 1500, Portsmouth, VA 23709-5000, faxed to 757-396-8368 or emailed to: nicholsjl@nnsy.navy.mil . Numbered note 22 applies.
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia
Zip Code: 23709-5000
 
Record
SN00735453-W 20050116/050114212332 (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.