Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

81 -- Laptop Cases for CSEL Planning Computers

Notice Date
8/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-T-0266
 
Archive Date
9/27/2011
 
Point of Contact
Wendy S Bell, Phone: 732-323-4692, Lori A Bishop, Phone: 732-323-4771
 
E-Mail Address
wendy.bell@navy.mil, lori.bishop@navy.mil
(wendy.bell@navy.mil, lori.bishop@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-11-T-0266 is listed as a request for quotation (RFQ) for laptop cases designed to store the Combat Survivor Evader Locator (CSEL) Planning Computer (CPC) and its accessories with the salient characteristics as provided under item (vi) below. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53. (iv) The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 326199 with a small business size standard of 500 employees. (v) Contract Line Item Number (CLIN) is as follows. CLIN 0001 - Description: Laptop Case; Part Number (P/N): (provide P/N) Qty: 135 ea. Provide pricing for the unit price / each: $ Provide pricing for the total quantity of 135: $ Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. This procurement will utilize salient characteristics. All offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) The laptop case must possess the following salient characteristics to meet the program's requirement for a rugged, hard-shelled laptop case: The case must accommodate the CPC accessories and technical manual. A secured lid organizer is required to store program documentation and the technical manual (1/2" thick). Two separate, stackable, custom cut foam pieces are required. One foam piece must securely store the laptop, which is a Panasonic CF-31 Toughbook configuration. The dimensions of this laptop are as follows: 11.5" (L) x 11.9" (W) x 2.9" (H). The second foam piece must have three cutouts to store the following; a) CD cases, b) Laptop's AC Adapter, c) Laptop's battery and power cable. This foam piece must be secured to the bottom of the case. The case must NOT have any wheels or dolly handles. The case must be watertight, crushproof, and dust proof. The color of the case must be black. External dimensions of the case must be within the following ranges; 18-20" (L), 14-16" (W), 7-8" (H). Internal depth of the case must be no less than 6.70". (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. The awardee will be required to deliver Qty (1) each laptop case under CLIN 0001 for Inspection and Acceptance by a Government Representative to be delivered within 30 days after contract award. The Government will authorize the vendor to commence delivery of the remaining Qty (134) laptop cases under CLIN 0001 after the first unit is determined to meet the salient characteristics described under section (vi) above. Delivery of the remaining Qty (134) units shall occur no later than 90 days after the Government provides the Contractor with the authorization to release for production. Inspection and Acceptance is at Destination. Units are to be shipped FOB destination to the following address: NAVAIR Lakehurst Staging Facility Rte. 547 Bldg 195 Hangar 6 Lakehurst, NJ 08733 M/F: CSEL (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a), Award will be made to the responsible offeror whose quotation is lowest in price, based on the total price of 135 units and in full compliance with all requirements set forth in this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212.7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The offeror shall provide a commercial warranty of at least one year. (xiv) Offers are due no later than 4:00 PM EST, Monday, September 12, 2011, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25212WB, Wendy Bell, Hwy 547, Bldg. 562-3C, Lakehurst, NJ 08733-5082. Electronic and facsimile offers WILL NOT be accepted. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Wendy Bell, 732-323-4692, e-mail: wendy.bell@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-T-0266/listing.html)
 
Record
SN02530925-W 20110813/110811235823-ccb2edd420d9280ff00d5ee0bf75e540 (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.