Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

42 -- MK 16 Underwater Breathing Apparatus Components

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107T1601
 
Response Due
4/23/2007
 
Archive Date
5/30/2007
 
Description
This is a combined synopsis/solicitation for a commercial item 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ); the solicitation number is N61331-07-T-1601. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award on a sole source basis a firm-fixed price contract to Carleton Technologies Incorporated, Tampa, Florida to provide long lead time items to support the manufacture of Naval Special Warfare (NSW) Upgraded Underwater Breathing Apparatus (UUBA). The UUBA is defined as a MK 16 MOD 0 Underwater Breathing Apparatus with an upgrade kit installed. This procurement is sole source for the following reasons. Carleton Technologies is the Original Equipment Manufacturer (OEM) of the MK 16 UBA. As the OEM, o nly Carleton Technologies can accurately provide all of the long lead time items for the MK 16 to successfully transition the system to UUBA. Procuring these long lead time items from another company would run the risk of incompatibility of components when assembling the upgrades. Furthermore, the Mk16 is a certified life support system. As such, only approved components can be used on the system. In summary, Carleton Technologies is the only responsible source due to their unique qualifications as sole manufacturer of the MK16 UBA. Use of another company to provide the long lead time items for the MK 16 would result in extensive requalification and certification testing which is cost and time prohibitive. The following items are being procured: CLIN 001: 102 Primary display cable assembly, PN 2043-A82 CLIN 002: 102 Secondary display cable assembly, PN 2043-A87 CLIN 003: 204 Scrubber cable assembly, PN 2043-A51 CLIN 004: 102 Oxygen Addition Valve cable assembly, PN 2403-A52 CLIN 005: 204 HP Pressure Transducer cable assembly, PN 2403-A78 CLIN 006: 102 Main Electronics housing, PN 2403-P08 CLIN 007: 102 Secondary Electronics Housing, PN 2043-P03 CLIN 008: 102 Cable port cover, PN 2403-150 CLIN 009: 102 Transducer port cover, PN 2403-148 CLIN 010: 204 Battery port cover, PN 2403-168 CLIN 011: 102 Secondary board cover, PN 2403-156 CLIN 012: 102 Primary board cover, PN 2403-155 CLIN 013: 102 Switch cover, PN 2403-151 CLIN 014: 204 Bent Tube assemblies, PN B50536-1 The NAICS Code is 541990. Small Business Size Standard is 500 employees. FSC is 4220. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 110 Vernon Ave, Panama City Beach, FL 32407-7018. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to mary.f.hines@navy.mil, no later than 3:00pm (CDT) 04/23/2007. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item covered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (a) is regularly maintained; (b) is published or otherwise available for inspection by customers; (c) states the prices at which sales are currently made to a number of buyers, (d) statement that such items are commercial items modified for military purposes and sold in substantial quantitie s to the general public, at the prices listed in the above mentioned c atalog or established price list; (e) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acq uisition. The following clauses are applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) Apr 17, 2007. Electronic quotes are encouraged to mary.f.hines@navy.mil. The award will be based on an acceptable quotation on or about 27 Apr 2007.
 
Web Link
NSWC Panama City Synopsis Table
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN01269532-W 20070411/070409221836 (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.