SOLICITATION NOTICE
49 -- ENGINE VIBRATION ANALYZER MACHINE FOR DIAGNOSTIC DATA COLLECTION
- Notice Date
- 6/13/2008
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, N68836 FISC JACKSONVILLE, CORPUS CHRISTI DET 9035 Ocean Drive Corpus Christi, TX
- ZIP Code
- 00000
- Solicitation Number
- N6883608T0154
- Response Due
- 6/18/2008
- Archive Date
- 7/18/2008
- Point of Contact
- MARIA H. GAUNTT 361-961-2669
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-08-T-0154 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-08-T-0154. The North American Industry Classification System (NAICS) Code is 334519 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. VIBRATION ANALYZER One each Vibration Analyzer MachineOne each Advanced Balancing PackageOne each IR Tach 2M CableOne each 1 Channel Accessory Kit Part number 2703RT DCX allows simultaneous measurement of triaxial vibration using the expert alert condition assessment software. DCX festures a table PC with WI_FI wireless networking. Manufactured to Mil-Std 810 and sealed against ingress of dust and water. Equal accepted with specifications provided. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.211-17 Delivery of excess Quantities (SEP 1989), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004),, 52.247-34 F.O.B. Destination (Nov 1991). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (MAY 2004), 52.232-18 Availability Of Funds (APR 1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and 52.232-36 NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP), Freedom Of Information Act (FOIA). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 18 JUN 2008 1600 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2669, EMAIL: maria.gauntt@navy.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a45a91a02976b64e3d57865b08a06d6f&tab=core&_cview=1)
- Record
- SN01593370-W 20080615/080613220306-ccf5d5137bd6181cf7f15b54c9c63bd5 (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 |