Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2006 FBO #1558
SOLICITATION NOTICE

J -- Video Bridge Maintenance

Notice Date
3/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-T-0088
 
Response Due
3/15/2006
 
Archive Date
3/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N00421-06-T-0088 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-08, Defense Acquisition Circular 91-13, and DFARS Change Notice 20060223. This action is set aside for small businesses. This requirement is being synopsized as a competitive, small business set-aside acquisition under the North American Industry Classification System code 811213, and the small business size standard is $6,500,000. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement to procure One-year Premier Maintenance on four (4) Polycom MGC-100 video bridges. The manufacturer part number for this maintenance is 4870-00009-112. The serial numbers for the MGC-100(s) are as follows: 40203, 2176, 2123, and 40666. Maintenance shall start immediately after receipt of order. The previous maintenance contract for the Polycom MGC-100(s)s ended 31 December 2005. All quotes should include any applicable reinstatement fees as a separate line item. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (Jan 2006) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. The Government will award in accordance with FAR part 13 on a lowest priced ? technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications ? Commercial Items (Mar 2005) with its quote including DFARS 252.212-7000 Offeror Representations and Certification ? Commercial Items (June 2005) if applicable. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Sep 2005) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders ? Commercial Items (Feb 2006), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2006) is incorporated by reference, for paragraph (a) 52.203-3 Gratuities (APR 1984) applies, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Quotes are due to Paul Campbell, Contract Specialist, paul.campbell@navy.mil via email, fax (301) 342-1531, or mail by 2:00 P.M. Eastern Standard Time, March 15, 2006. Mailed proposals may be sent to: Naval Air Warfare Center AD, 2.5.1.7.3, Bldg 588, 47253 Whalen Road, Patuxent River, MD 20670. Questions regarding this notice should be addressed to Paul Campbell at (301) 757-9732.
 
Place of Performance
Address: Naval Air Warfare Center AD, Bldg 1490, Room 53, Patuxent River, MD
Zip Code: 20670
Country: United States
 
Record
SN00997185-W 20060303/060301212817 (fbodaily.com)
 
Source
FedBizOpps 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.