SOLICITATION NOTICE
70 -- Sensor Interface Units and Rack Controller Modules to support the Landing Craft Air Cushion
- Notice Date
- 3/24/2010
- Notice Type
- Presolicitation
- Contracting Office
- N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N6133110T0501
- Response Due
- 4/13/2010
- Archive Date
- 5/28/2010
- Point of Contact
- Annette de Sercey 850-235-5483, or Contracting Officer Mary Hines at 850-235-5389.
- E-Mail Address
-
annette.desercey@navy.mil
(annette.desercey@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial off-the-shelf (COTS) items or slightly modified COTS items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-10-T-0501. A subsequent solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The applicable NAICS Code is 334418, FSC 7042, and the small business size standard is 500 employees. The Naval Surface Warfare Center Panama City Division, Panama City, FL intends to award a sole source firm fixed price commercial item order for the following: CLIN 0001 - twelve (12) each Sensor Interface Unit P/N 51-27840-001CLIN 0002 - ten (10) each Rack Controller Module P/N 52-06915-902CLIN 0003 - nine (9) each Dual RS442/485 Module P/N 52-09643-901CLIN 0004 - three (3) each DI, 8CH Individual, 24V P/N 52-09644-902CLIN 0005 - two (2) each 4CH, Isolated, 16Bit, A/D, RMS P/N 52-09647-902CLIN 0006 - five (5) each 4CH, Isolated, 16Bit, A/D, RTD P/N 52-09647-905CLIN 0007 - three (3) each 4CH, Isolated, 16Bit, A/D, +/-10V P/N 52-09647-906 These COTS items are being requisitioned in support of Landing Craft Air Cushion (LCAC) Command, Control, Communications, Computers and Navigation (C4N) systems Service Life Extension (SLEP) Program. These items are manufactured by Comark Corporation of Medfield, MA. The COTS items being purchased were specifically tested and evaluated against the Naval Sea Systems Command (NAVSEA) technical requirements as provided on the LCAC C4N System Baseline Configuration 3 (SBC3) product specification during the product's initial prototyping and evaluation phase. No other source for these items currently exists. Only these items, provided by Comark have been approved for LCAC C4N use. Offerors wishing to qualify items for future procurements may find out about the process for qualification by contacting Mr. Ivan Velazquez-Padilla, NSWC PCD Code E31, (850)-235-5833, ivan.velazquez-padil@navy.mil.FOB Destination: Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with addenda as noted: 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005).52.212-2 Evaluation-Commercial Items. (Jan 1999) - Evaluation will be based on price.52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference).52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005).Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003).52.247-34 F.o.b. Destination (Nov 1991).52-252-2 Clauses Incorporated By Reference (Feb 1998) the full text of a clause may be accessed electronically at www.acquisition.gov/far. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). 252.211-7003 Item Identification and Valuation (AUG 2008).Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.247-7023 Transp! ortation of Supplies by Sea. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Responses to this solicitation are due by 13 April 2010 at 4:00 P.M. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, point of contact, remittance address, Duns number, and Cage Code number. Offers and questions can be addressed to Annette de Sercey at email annette.desercey@navy.mil or phone 850-235-5483. Reference RFQ # N61331-10-T-0501 on your proposal. The award will be based on an acceptable quotation on or about 30 April 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6484a3e26c298de4117c236fb31451e1)
- Record
- SN02101369-W 20100326/100325011513-6484a3e26c298de4117c236fb31451e1 (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 |