SOLICITATION NOTICE
66 -- Side-Scan Sonar System
- Notice Date
- 2/25/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060405T0296
- Response Due
- 3/4/2005
- Archive Date
- 4/3/2005
- Description
- The Regional Contracting Department Pearl Harbor intends to negotiate a sole source unrestricted contract with Marine Sonic Technology, Ltd. (MSTL) per FAR Part 13.5. This is a combined Synopsis/Solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6 supplemented with additional information included in this notice. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor intends on negotiating a firm fixed price contract for a Neptune Side-Scan Sonar System for the Joint POW/MIA Accounting Command (JPAC). ITEM 0001 ? Neptune Side-Scan Sonar System. Fully waterproof, designed for operation in standing water up to a meter deep, floats open or shut; 13? x 11? x 6?, less than 12 lbs, 6.5? color display for stand alone operations; external R/W USB CD Drive, USB and 100 base-T connections, cordless mouse and keyboard, complete Garmin e-Trex Legend GPS and JRC DGPS systems, accessory case with tools, co! nnecting cables, test equipment and consumables, 10.4? SDI display; fully compatible with previous MSTL towfish; included with system: single frequency towfish (frequency TBD), 100 and 30 meter tow cables, cable weights, tool kit, towfish SKB case, one day training (at factory), Operator?s manual, 24/7 technical support and three-year limited warranty. ITEM 0002 ? Additional equipment. 150 kHz towfish with case; 300 kHz towfish with case; 600 kHz towfish with case; external battery box, power supply for Neptune System; 50 meter tow cable; towcable line weights. All items to be compatible with MSTL Neptune Side-Scan Sonar System. ITEM 0003 ? Additional training (at factory), two days. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation will be issued/posted at the NECO website http://www.neco.navy.mil on or about 25 February 2005. This solicitation document and incor! porated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20020314. The NAICS Code is 334511; the business size standard is 500 employees. This requirement for the Neptune Side-Scan Sonar System is to be delivered to the Joint POW/MIA Accounting Command (JPAC), Camp H.M. Smith, HI 96861. Required delivery is (30) days, F.O.B. Destination. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offers-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards -- Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted ! for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Offerors are required to register with the Online Representations and Certifications Application (ORCA) website, in compliance with FAR 52.212-3 (website address: http://orca.bpn.gov/). Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies wi! th the following applicable clauses for paragraph (b): FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33, Payment by EFT ? CCR. Quotes must be received by the Contracting Officer no later than 4:30 p.m. HST, 3 March 2005. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 200A.RK), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at 808-473-0811. E-mail quotes may be addressed to ryan.kanda@navy.mil.
- Record
- SN00758892-W 20050227/050225212520 (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 |