Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOLICITATION NOTICE

59 -- Electrical & Electronic Equipment Components

Notice Date
6/16/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808R3036
 
Response Due
6/20/2008
 
Archive Date
8/15/2008
 
Point of Contact
XDS13-8 540-653-7038
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. 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. FAR Subpart 13.5 will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure on a competitive basis the following, CLIN 0001: one (Qty 1) each Pulsed RF/Microwave Source that meets the following specifications: (1) Size: A single bench top instrument capable of being adapted for all frequencies between 220MHz and 5000MHz; (2) Input Power: 120VAC single phase; (3) Frequency Range: 220MHz to 5000MHz; (4) Peak output power level no less than 4.5kW 220MHz to 2700MHz, 2kW 2700MHz to 3700 MHz, 1kW 3700MHz to 5000MHz; (5) Maximum Duty cycle of 0.003 or 3% at full power output (6) Pulse repetition rate minimum: 10 pulses per second; (7) Pulse repetition rate maximum: greater than 19000 pulses per second; (8) Minimum pulse width: 0.3 micro seconds; (9) Maximum pulse width: greater than 85 micro seconds; (10) Delivery time: 7 to 120 days. This solicitation, number N00178-08-R-3036, is issued as a Request for Proposal (RFP). The NAICS Code associated with this procurement is 334513 and the FSC is 5999 and the Small Business Size Standard is 500 employees. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-25, Effective 22 April 2008 & DFARS Change Notice dated 13 May 2008. PROVISIONS/CLAUSES: The combined synopsis/solicitation incorporates by reference Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFAR) provisions and clauses as follows: FAR 52.212-1 Instructions to OfferorsCommercial Items; FAR 52.212-3 Offeror Representations and CertificationsCommercial Items; FAR 52.212-4 Contract Terms and ConditionsCommercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items; DFAR 252.212-7000 Offeror Representations and CertificationsCommercial Items (with selection of elements as required by DFAR prescription); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). DFAR 252.211-7003 (Item Identification and Valuation) is applicable to this requirement, and will be incorporated into the contract. The FAR and DFAR provisions and clauses referenced by this synopsis/solicitation can be found in full text at http://www.farsite.hill.af.mil. Representations and Certifications at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offerors proposal for this requirement. FAR 52.212-2 (Evaluation Commercial Items) The following factors shall be used to evaluate offers (1) technical capability to meet the Government requirement and (2) price. The FAR and DFARS provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. In order to be eligible for award, firms must be registered in the Central Contractor Registration (CCR). Vendors may obtain information on registration in the CCR on the Internet at http://www.ccr.gov/. The closing date is 20 June 2008 at 2:00 p.m., Eastern Time. Anticipated Award date is 23 June 2008. All items shall be priced FOB-Destination, Dahlgren, VA. Therefore the proposal must include all applicable shipping charges. All items shall be delivered to the NSWCDD Receiving Officer, 6220 Tisdale Road, Ste 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Delivery shall be 120 days from the date of award. Electronic quote submission is encouraged at DLGR_NSWC_XDS13@navy.mil, but the quote may also be faxed to (540) 653-6810, Attn: XDS13-8. Reference Synopsis Number N00178-08-R-3036 on all correspondence. Inquiries should be directed at (540) 653-7765, Attn XDS13-8.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7784fa7ed9a76da6791e314faa8a8b78&tab=core&_cview=1)
 
Record
SN01594473-W 20080618/080616220413-7784fa7ed9a76da6791e314faa8a8b78 (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.