Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
SOLICITATION NOTICE

17 -- Two PUMA All Environment Unmanned Vehicle (UAV) Systems.

Notice Date
6/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912R0034
 
Response Due
6/19/2012
 
Archive Date
7/4/2012
 
Point of Contact
Yvonne L Copeland 757-443-1365 Terri McGeein
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for Firm Fixed Price sole-source commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures found at FAR 13, 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 N00189-12-R-0034. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. 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 336411_ and the Small Business Standard is 1,500 employees. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, 10 U.S.C. 2304(c) (1). This notice of intent is not a request for competitive proposals. The NAVSUP Fleet Logistics Center, Norfolk, VA requests the following on a sole source basis with Aerovironment, Inc 900 Enchanted Way, Simi Valley, CA 93065-0906 for two PUMA-All Environment Unmanned Aerial Vehicle (UAV) systems. This supply is requested on behalf of the Group Supply Officer, Commander Riverine Group One Virginia Beach, VA. Requested deliver date is no later than 02 August 2012; Delivery Location is Virginia Beach, VA 23459, F.O.B. Destination. 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: 52.204-7, CCR 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, Alt I, Restriction on Subcontractor Sales to the Gov ™t 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011) 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sept 2010) 52.222-36, Affirmative Action for Workers w/Disabilities (Oct 2010) 52.222-37, Employment Reports on Disanled Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury.) 52.232-33, Payment by Electronic Funds Transfer 52.252-2, Clauses incorporated by Reference 52.247-34 FOB Destination Quoters shall 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003, Control of government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, CCR Alternate A DFARS 252.209-7998, Representation Regarding conviction of a Felony. Criminal Violation Under any Federal or State Law (Deviation 2012-O0007) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004)(Jan 2012) DFARS 252.211-7003, Item Identification & Valuation 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 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sept 2011) 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7009, Restriction on Acquisition of Certain articles Containing Specialty Metals 252.225-7012, Preference for Certain Commodities (Jun 2010) 252.232-7003, Electronic Submission of Payment Requests 252.237-7010, Prohibition on Interrogation of Detainees by contractor Personnel (Nov 2010) 252.243-7002, Request for Equitable Adjustment (Mar 1998) 252.247-7023 (IV) Alt III, Transportation of Supplies by Sea DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.232-7010, Levies on contracts and payments DFARS 5252.232-9402, Wide Area Workflow (WAWF) DFARS 5252.NS-046P, Prospective contractor Responsibility This announcement will close at 10:00 a.m. EST. on June 19, 2012. Contact Yvonne Copeland who can be reached at 757-443-1365 or email yvonne.copeland@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. 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 757-443-1337. 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/N00189/N0018912R0034/listing.html)
 
Record
SN02773843-W 20120614/120612235854-10dad5c8e77bf9e5c4d9b27f231c8639 (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.