Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2007 FBO #1900
SOLICITATION NOTICE

63 -- Keywatcher systems

Notice Date
2/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334518 — Watch, Clock, and Part Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SP3100-7008-3083
 
Response Due
2/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number SB3100-7008-3083. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-15, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070122 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2007-03. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This acquisition is 100% small business set aside. The associated North American Industry Classification System (NAICS) Code is 334518 and the small business size standard is 500 employees. The Defense Distribution Depot Norfolk, VA (DDNV) located in Norfolk, VA has a requirement for two (2) Morse Watchman, P/N KW-8009 and six (6) Morse Watchman, P/N KW-8002 or equal Keywatcher Illuminated Systems. Clin 0001, P/N KW-8009, Morse Watchman or equal Keywatcher Illuminated System, 48 Keys Ill (48-Max) (16, 16, 16), quantity two (2) each. Clin 0002, P/N KW-8002, Morse Watchman or equal Keywatcher Illuminated System, 16 Keys Ill (48-max) (16), quantity six (6) each. Offerors shall provide the unit price for each Keywatcher System and total amount, inclusive of shipping cost (FOB) destination. Equipment shall be shipped to: Defense Distribution Depot Norfolk Receiving Officer, Building W-143, Driveway 17 Norfolk, VA 23512-5100. The minimum item characteristics if proposing and ?or equal? Keywatcher Systems are as follows: Smartkeys Lantronix (or equal) Serial server Key-pro software 24-4 interface cable (9-9 pin) Manuals Telephone technical support If the offeror is not proposing Morse Watchman KW-8009 and KW-8002 Morse Watchman Keywatcher systems, then they must submit technical data about the systems to demonstrate the items offered meet the Government?s requirements. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition along with the followed addenda to this provision: To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov The following provision is hereby added as an addendum to FAR 52.212-1: FAR 52.211-6 BRAND NAME OR EQUAL (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-2 Evaluation ? Commercial Items Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government intends to award a Firm-Fixed price contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price which meets product requirements. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. The following clause is hereby added as an addendum to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.219-6 Notice of Total Small Business Set-Aside 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 FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items applies to this acquisition DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.225-7016 Restriction on research and development DFARS 252.232-7003 Electronic Submission of Payments Requests DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). Price quotations, technical information and certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 20 Feb 2007: (1) email to: Vonda.debolt@dla.mil (2) facsimile to: Vonda DeBolt, 717-770-7591 In accordance with the above date and time, failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. The Point of Contact for further information regarding this synopsis/solicitation is Vonda DeBolt, Contract Specialist, phone: 717-770-6145.
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT NORFOLK, RECEIVING OFFICER,BUILDING W-143, DRIVEWAY 17, NORFOLK, VA
Zip Code: 23512-5100
Country: UNITED STATES
 
Record
SN01226340-W 20070208/070206220044 (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.