Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

16 -- All inclusive, integrated Autopilot for Unmanned Aircraft Vehicles (UAV).

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0502
 
Response Due
9/6/2011
 
Archive Date
9/6/2011
 
Point of Contact
Melissa Franz 619-532-2572
 
E-Mail Address
Cognizant Contracting Officer Email
(melissa.franz@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in 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 (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0502. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 2011/08/19. It is the responsibility of the contractor 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/dfars/index.htm. The NAICS code is 334511 and the Small Business Standard is 750 employees. The NAVSUP Fleet Logistics Center, San Diego requests responses from qualified sources capable of providing: a turn-key autopilot system which shall interface with the pre-existing Kestral system and must include at minimum: 1.Altitude Heading Reference System with onboard accelerometer and magnetometer that can be calibrated by the user. 2.Navigational Platform with onboard barometric pressure sensor, onboard GPS module, and spare analog and digital I/O ports. 3.Power Node; 5V 2A power supply. High Efficiency. 4.Please quote shipping costs separately if applicable. Delivery is NLT 30 Days ACA ; Delivery Location is: Naval Postgraduate School, 777 Dyer Road, Monterey, CA 93943. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including This announcement will close at 12:00 PM PST on Tuesday September 6th, 2011. Contact Melissa Franz who can be reached at email Melissa.franz@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. Evaluation - While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. The relative importance of the factors is as follows technically acceptable, lowest price. A bid is considered ˜technically acceptable ™ when all the above criteria have been satisfied. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0502/listing.html)
 
Place of Performance
Address: 777 Dyer Road
Zip Code: Bullstf Hsll RM#201J, Moneterey, CA
 
Record
SN02551866-W 20110828/110826235957-ac96066c28a34fd58d73725e93f22acb (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.