Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

70 -- Upgrade Overland NEO 8000 tape library

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893606R0041
 
Response Due
9/15/2006
 
Archive Date
10/15/2006
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) is issuing a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Part 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. Award will be made IAW with FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS Code is 334112 and the size standard is 1000 employees for this procurement. The resulting contract will be a Firm-Fixed Price type contract. NAWCWD intends to procure eight (8) LTO-3 Tape Drive Native Fibre; three (3) software keys to activate 80 slot bays; and one (1) NEO 8000 500 slot frame extension in support of upgrading an Overland NEO 8000. ALL PRODUCTS ARE BRAND NAME (Overland) MANDATORY. Copy of the Statement of Work for this procurement is available as an attachment to the subject Combination Synopsis/Solicitation. This requirement is for the following quantity: CLIN 0001: LTO-3 Tape Drive Native Fibre Qty - 8; CLIN 0002: Software keys to activate 80 slot bays Qty - 3; CLIN 0003: NEO 8000 500 slot frame extension Qty -1. Delivery to be made by 30 November 2006. Packaging and marking shall be IAW commercial standards. Inspection and Acceptance at Destination. Delivery shall be at Naval Air Depot, ATTN: Donald Brown, 619/545-2215, Code 724 NASNI, Building 334-2, San Diego, CA 93135. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items (JAN 2004) applies to this acquisition and there are no addenda to the provision. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications ? Commercial Items (JAN 2006) - ALT 1 (APR 2002) and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (JUN 2005) with their proposal. These can be found at http://far site.hill.af.mil or http://www.arnet.gov. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items (SEP 2005) applies to this acquisition and there are no addenda to this clause. The following FAR Clauses apply to this solicitation: 52.203-3, Gratuities (APR 1984); 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995) - ALT 1 (OCT 1995); 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005); 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2006), 52.214-34, Submission of Offers in the English Language (APR 1991); 52.214-35 Submission of Offers in US Currency (APR 1991); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 52.219-8, Utilization of Small Business Concerns (MAY 2004); 52.219-14, Limitations on Subcontracting (DEC 1996); 52.222-3 Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2006); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-38, (DEC 2001) Compliance with Veteran's Employment Reporting Requirements; 52.232-17, Interest (JUN 1996); 52.232-28, Invitation to Propose Performance-Based Payments (MAR 2000); 52.232-32, Performance-Based Payments (FEB 2002); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003); 52.233-2, Service of Protest (AUG 1996); 52.242-13, Bankruptcy (JUL 1995); 52.247-34, FOB Destination (NOV 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); and 52.252-2, Clauses Incorporated by Reference (FEB 1998). The following DFARS clauses apply to this solicitation: 252.204-7000, Required Central Contractor Registration (DEC 2001); 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004); 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 1998); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); 252.223-7006, Prohibition of Storage and Disposal of Toxic and Hazardous Material (APR 1993); 252.243-7001, Pricing of Contract Modifications (DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); and 252.247-7023, Transportation of Supplies by Sea (MAY 2002). FAR Clause 52.212-2, Evaluation - Commercial Items (JAN 1999) applies and contains important evaluation information. Award will be evaluated on price alone. Offerors shall submit their proposal to Daniel R. Mahan via regular mail at Commander, NAWCWD, Code 254300E, ATTN: Daniel R. Mahan, Building 65, 575 I Avenue Suite 1, Point Mugu, CA 93042-5049 by 2:00PM Local Time 15 September 2006. In your propsal, please include your firm's DUNS, TIN, and CAGE Code if one has been assigned. See Numbered Note 1. NAICS Code = 334112 Place of Performance = N/A Set Aside = 100% Small Business Set-Aside
 
Record
SN01132937-W 20060903/060901221503 (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.