Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

59 -- Graphics Module for the PSCU for the SEAWOLF Class Submarines

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00167 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016707Q5247
 
Response Due
9/13/2007
 
Archive Date
10/13/2007
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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 N00167-07-Q-5247 applies and is issued as a request for quotation (RFQ). The set-aside for small business concerns has been dissolved. The proposed contract action is being solicited on a sole-source basis to WEMS Electronics in Hawthorne, CA. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source pursuant to FAR 6.302-1(a)(2)(ii). This acquisition is to purchase three Graphics Modules for the Portable Ship Control Unit (PSCU) for the SEAWOLF Class Submarines with options for purchasing three additional units over the next two years. Also, all necessary parts needed to manufacture the Graphics Modules shall be acquired. WEMS Electronics is the only company that has produced this graphics module, and they are the only company able to produce these modules without reverse engineering. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 as well as DCN 20070327. The North American Industry Classification System (NAICS) Code is 334412 with an applicable size standard of 500 employees. This requirement is as follows: CLIN 0001 ? Three (3) Graphics Module (6956634) for SEAWOLF class Portable Ship Control Unit (PSCU) CLIN 0002 (*NSP) ? Component parts to manufacture the Graphics Module CLIN 0003 (Option) ? Three (3) Additional Graphics Modules * NSP ? Not Separately Priced ? Included in the cost of CLIN 0001 To assist the Government in determining cost reasonableness/realism for this effort, the offeror shall provide sufficient detailed cost information for each CLIN with their cost proposal to make this determination. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY 0001 60 dys. ADC 1 SHIP TO ADDRESS: NAVAL SURFACE WARFARE CENTER, CARDEROCK N00167 CODE 3341, RECEIVING OFFICER FISC RECEIVING 9500 MACARTHUR BLVD WEST BETHESDA MD 20817-5700 FOB: Destination 0002 60 dys. ADC SHIP TO ADDRESS: NAVAL UNDERSEA WARFARE CENTER DIVISION, KEYPORT N00253 KEYPORT WA 98345 FOB: Destination The following provisions and clauses apply: 52.203-3 Gratuities APR 1984 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2007 52.212-5 Contract Terms and conditions Required to Implement Statutes or Execuive Orders?Commercial Items FEB 2007 52.217-5 Evaluation Of Options JUL 1990 52.217-7 Option For Increased Quantity-Separately Priced Line Item MAR 1989 52.222-22Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 52.252-6 Authorized Deviations in Clauses APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7000 Offeror representations and certifications- Commercial items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items - Deviation MAR 2007 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JAN 2007 252.232-7003 Electronic Submission of Payment Requests MAR 2007 252.243-7002 Requests for Equitable Adjustment MAR 1998 CAR-G11 Invoice Instructions (OCT 2006)(NSWCCD) (see attachment for full text) NOTE: The following provisions with a ?FILL IN? MUST BE COMPLETELY FILLED OUT and submitted with the offer: 52.212-1 Instructions to Offerors--Commercial Items (SEP 2006) (FILL IN) 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006)--Alternate I (APR 2002) (FILL IN) 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (FEB 2001) (FILL IN) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (JUN 2005) (FILL IN) Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. All parties responding to the Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g.; company letterhead, quote form, etc.). As a minimum, offers must show: (1) The solicitation number. (2) The time specified in the solicitation for receipt of offers. (3) The name, address, and telephone number of the offeror. (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) Terms of any express warranty. (6) Price and any discount/payment terms. (7) A completed copy of all "FILL-IN" provisions as required herein. (8) Acknowledgment of Solicitation Amendments. (9) Valid Commercial and Government Entity number (CAGE). (10) Valid Data Universal Numbering System number (DUNS). Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All responses must be received by Thursday, September 13th 2007 at 5:00 pm (EST) and shall reference the Request for Quote (RFQ) number N00167-07-Q-5247. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Questions/responses relative to this solicitation may be addressed to the contract specialist, Alicia Weber, via fax at 301-227-1847; or via email at Alicia.weber@navy.mil. (See note #22)
 
Record
SN01395881-W 20070907/070905222038 (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.