Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
SOLICITATION NOTICE

58 -- Two Way Automatic Communication System (TWACS) Equipment for NAVFAC Hawaii

Notice Date
1/10/2007
 
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
N0060407TTWAC
 
Response Due
1/17/2007
 
Archive Date
2/16/2007
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor, Hawaii intends to award a sole source contract to Distribution Control Systems, Inc., 945 Hornet Drive, Hazelwood, MO, for the procurement of Two Way Automatic Communication System (TWACS) equipment for NAVFAC Hawaii. The TWACS is an automated meter reading system that sends and receives signals over the power line between the host system and end devices without the need for additional equipment at the distribution transformers. The procurement is sole source for the following reasons. The equipment must be compatible in all aspects (form, fit, and function) with existing TWACS equipment presently installed on base. The TWACS meets the government?s minimum requirement of 15 minute interval metering data and load control capabilities. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the au thority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received within seven days after date of publication of this synopsis. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAICS code is 334220 and the small business size standard is 750 employees. A single award will be made to the lowest priced, technically acceptable quote. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. The prospective contractor must be registered in the Central Contra ctor Registration (CCR). This 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; proposals are being requested and a written solicitation will not be issued. Request for Quotation number N00604-07-T-TWAC. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and Defense Change Notice 20061219. This requirement is for a firm fixed price contract for CLIN 0001, TNS Standard AMR package up to 50,000 meters, part number TNS-AMR-50K-1C, quantity 1 each; CLIN 0002, TNS hardware up to 25,000 meters, part number TNS HW, quantity 1 each; CLIN 0003, Control and Receiving Unit, part number CRU-INS-1, quantity 1 each; CLIN 0004, Outbound Modulation Unit, part number OMU-N, quantity 2 each; CLIN 0005, Inbound Pickup Unit, part number IPU-3, quantity 3 each; CLIN 0006, Support Services, part num ber STD-SS-12, quantity 12 months; CLIN 0007, Portable Remote Test Unit, part number PRTU, quantity 1 each; CLIN 0008, Substation Test Set, part number STS, quantity 1 each; and CLIN 0009, Shipping FOB destination; 1 lot. The provisions at FAR 52.212-1, Instructions to Offeror?Commercial; and FAR 52.212-3, Offeror Representations and Certifications?Commercial Items apply to this requirement. Offeror shall submit a completed copy of the provisions at FAR 52.212-3 with its offer. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items; and FAR 52.252-2, Clauses Incorporated by Reference. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.222-3, Convict Labor; 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; 52.222-35, Equal Opportunity for S pecial Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by EFT - CCR. The following DFARS clauses apply to this requirement: DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following clauses under DFARS 252.212-7001 apply to this requirement: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission on Payment Requests; and DFARS 252.247-7023 Alternate III, Transportation of Supplies by Sea. The Government plans to award a single contract resulting from this solic itation. Proposals shall be emailed to beverly.quevedo@navy.mil no later than 10:00 a.m., Hawaii Standard Time, 17 January 2007. Facsimile proposals will be accepted via fax (808) 473-0811.
 
Web Link
FEDERAL BUSINESS OPPORTUNITIES
(http://FEDBIZOPPS.GOV)
 
Record
SN01208954-W 20070112/070110221201 (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.