Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

59 -- Electrical and Electronic Equipment Components

Notice Date
1/25/2012
 
Notice Type
Presolicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017812Q4055
 
Response Due
2/27/2012
 
Archive Date
4/30/2012
 
Point of Contact
Kimberly Curtin 540-653-9864 Kimberly Curtin,
 
E-Mail Address
40-653-0592
 
Small Business Set-Aside
N/A
 
Description
The synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division intends to award multiple Blanket Purchase Agreements (BPAs) for FSC 5962 (Printed Circuit Boards) and 5998 (Bare Printed Circuit Board, Electrical and Electronic Assemblies, Cards, and Associated Hardware). Individual call orders will identify specific requirements and will be competed based on the appropriate NAICS code. Individual call orders shall not exceed the Simplified Acquisition Threshold of $150,000. A BPA may be issued for a five-year period. This procurement is set aside 100% for small business. The appropriate NAICS codes for this requirement are 334412 and 334418. Size standard is 500 employees for both NAICS codes. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. The Government will not be issuing a formal Request for Proposal (RFP) because this notice will result in BPAs. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The government reserves the right to periodically solicit additional offers to add new vendors to the calling list. Additionally, vendors will continuously be rated based on performance quality. Vendor acceptance/reject data will continuously be rated based on performance quality. Vendor acceptance/reject data will be collected from receiving inspection. Calculation percentage for acceptance is equal to total calendar year vendor acceptances divided by total calendar year vendor receipts. Criteria for removal will be if less than 60% acceptance rate is maintained for a period of more than three (3) purchases or more than one quarter (whichever is greater) before being recommended for removal. The vendor must demonstrate improvement if the acceptance rate is between 60-80%. A qualified performer will maintain and 80% or higher acceptance rate. BPAs will be issued on the basis of technical capability and past performance. Companies must submit a minimum of five (5) past performance references. These references should include name of business, address, and telephone number, point of contact, contract/purchase order number and item description. Past performance will be evaluated based upon quality and timeliness of delivery. The government reserves the right to use additional past performance references if necessary. FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA. Interested parties are requested to provide their Cage Code and DUNS numbers for verification of inclusion in the Central Contractor Registry- http://www.ccr.gov. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR 9.104 - http://federalconstruction.phslegal.com/FAR-9-104.pdf. Interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and to complete FAR Clause 52.219-1 http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_215.htm#P1055_184500. In compliance with DFARS 252.232-7003, śElectronic Submission of Payment Requests (MAR 2008) ™, the government will utilize Wide Area Workflow (WAWF) “ https://wawf.eb.mil/ to electronically process vendor requests for payment. Delivery shall be FOB Destination to Dahlgren, Virginia. All BPA calls/orders shall be issued on a firm fixed price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than 02/27/2012, to the attention of Kimberly Curtin, Naval Surface Warfare Center Dahlgren Division, 17632 Dahlgren Road Suite 157, Dahlgren, VA 22448-5110 or via email to: kimberly.curtin@navy.mil. Responses or questions concerning this announcement should reference synopsis number N00178-12-Q-4055 and should be directed to Kimberly Curtin at 540-653-9864 or to kimberly.curtin@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q4055/listing.html)
 
Record
SN02660859-W 20120127/120125234528-a52ca3ed2baedd85f0e6c0be4ef40c22 (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.