SOLICITATION NOTICE
66 -- Particle Size Analysis System - Presolicitation
- Notice Date
- 7/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVOCEANO, CONTRACTS BRANCH (N112), BLDG 9134, STENNIS SPACE CENTER, Mississippi, 39522-5001
- ZIP Code
- 39522-5001
- Solicitation Number
- N62306-10-T-7004
- Point of Contact
- Tanya R. Burnett, Phone: 2286898340, Patricia Lewis, Phone: 2286898369
- E-Mail Address
-
tanya.burnett@navy.mil, patricia.lewis1@navy.mil
(tanya.burnett@navy.mil, patricia.lewis1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Oceanographic Office has a requirement for a Particle Size Analysis System that includes a sonic dismembrator, sonic sifters, sets of sieves, a top loading mass balance, a laboratory oven and a muffle furnace. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS AND NECO (https://www.neco.navy.mil/). The RFQ number is N62306 -10-T-7004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41 and DFARS Changes Notice 20100623. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 334516 and the Small Business Size Standard is 500 employees. This procurement is unrestricted. The Naval Oceanographic Office requests responses from qualified sources capable of providing: Particle Size Analysis System comprised of the following: (1) one sonic dismembrator, Fisher Scientific Model 500 Digital sonic dismembrator or equal; (2) three sonic sifters, Advantech Model L3P Sonic Sifter Separator or equal; (3) three sets of sieves, Advantech Model L3P Sonic Sifter Separator Standard Stainless Steel Mesh Sieves, L3S10, L3S18 or equal; (4) one top loading balance, Ohaus Pioneer Top-loading Balance Model 151G x 1Mg (115VAC) or equal; (5) one laboratory gravity oven, Precision Standard Gravity Oven, 2.5 CU ft (70.8L), 50C to 225C, electronic control, 120V or equal, or one ISOTEMP Standard Oven 2.5 CU ft, 120V or equal; and (6) one muffle furnace, Thermo Scientific Thermolyne Muffle Furnace or equal, meeting the attached salient characteristics. Delivery shall be 30 days ARO. FOB: Destination, Stennis Space Center, MS 39522-5001. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT 1, Offeror Representations and Certifications-Commercial Item; FAR 52.212-4, Contract Terms and Conditions-Commercial Item; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item. Quoters are reminded to include a complete copy of FAR 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Item and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including FAR 52.237-34 FOB Destination and FAR 52.211-6, Brand Name or Equal. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose quote, conforming to the solicitation, will be the most advantageous BEST VALUE to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) technical capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. The Government will evaluate offers for award purposes by adding the total price for all proposed options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quotation. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFQ no later than 10 business days before the response date of this solicitation. This announcement will close at 4:00 PM, CST on 23 JULY 2010. Quotes are to be submitted to STNS.NAVO.Contracts.FCT@navy.mil. Oral communications are not acceptable in response to this notice. Quoters shall provide Commercial and Government Entity (Cage) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register and Wide Area Workflow (WAWF) to be considered for award. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number (if applicable), business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N62306/N62306-10-T-7004/listing.html)
- Place of Performance
- Address: Naval Oceanographic Office, 1002 Balch Blvd, Stennis Space Center, Mississippi, 39529, United States
- Zip Code: 39529
- Zip Code: 39529
- Record
- SN02200213-W 20100710/100708235644-f8b6e0a86fcc8b8df45bab5ff73c25c8 (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 |