Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

H -- Acoustic Emission Testing

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A10R0005
 
Response Due
8/16/2010
 
Archive Date
8/31/2010
 
Point of Contact
Dorothy Streekmann 850-230-3221
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in 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. This request for proposal N0463A-09-R-0005 is the only written solicitation which will be issued, unless amended. NAICS code 332420. The Navy Experimental Diving Unit (NEDU) has a requirement for the external inspection and Acoustic Emission (AE) testing on gas storage pressure vessels. The work consists of providing certified personnel, testing equipment, consumables, insurance and expertise required to perform visual Testing and Acoustic Emission (AE) examination of gas storage pressure vessels in accordance with the requirements of the attached Statement of Work. Offeror shall complete delivery no later than 17 September 2010. Delivery is FOB destination at NEDU and Hydrospace Laboratory located at the Naval Support Activity, 321 Bullfinch Road, Panama City, FL 32407. The offeror shall provide a firm fixed price offer to include all labor, materials, supplies, services, and equipment in accordance with the specifications listed in attached SOW for the following: CLIN 0001 - Perform external inspection and Acoustic Emission (AE) testing on ninety (90) gas storage pressure vessels in accordance with the specifications listed in attached SOW. CLIN 0002 - Deliverables in accordance with attached SOW, not separately priced. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications on schedule. Offerors shall provide a copy of their proposed test procedure and schedule describing in detail all proposal tests and inspections and documentation of qualifications. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the required delivery requirement. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 -Price -Offeror shall provide pricing of CLIN 0001 to include standard commercial warranty. Government will evaluate the total price for the basic requirement. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror's name, address, point of contact, phone and e-mail address; (3)offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) proposed test procedure and schedule describing in detail all proposal tests and inspections and documentation of qualifications; (6)confirmation of ability to meet the required delivery time; (7) completed copies of FAR 52.212-3; and (8) past performance data. The clause DFARS 252.211-7003 Item Identifier and Valuation and FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, and 52.232-33, 52.203-3, 252.203-7000, 252.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.232.7010, 252.243-7002 and 252.246-7003. Responses must be received no later than 2:00 p.m. CST on 16 August 2010. Electronic proposals are encouraged to Dorothy Streekmann at dorothy.streekmann@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Dorothy Streekmann, Contract Specialist, 321 Bullfinch Road, Panama City, FL 32407.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A10R0005/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, FL
Zip Code: 32407
 
Record
SN02223776-W 20100801/100730234952-1c337f01ac3d7546ecb4dabc11e86c53 (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.