SOLICITATION NOTICE
20 -- Seabotix LBV300-5 Underwater ROV System
- Notice Date
- 9/6/2012
- Notice Type
- Presolicitation
- Contracting Office
- 1942 Gaffney St., Ste. 100, Pearl Harbor, HI 96860
- ZIP Code
- 96860
- Solicitation Number
- N00604-12-T-3203
- Response Due
- 9/11/2012
- Archive Date
- 3/10/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- Bids are being solicited under solicitation number N00604-12-T-3203. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 410404. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-11 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FPO, null 96657 The FLC - Pearl Harbor requires the following items, Exact Match Only, to the following: LI 001, MFR: Seabotix, P/N:LBV300-5, 300 Meter (1,000ft.) Depth Rated LBV System including: LBV Vehicle (1 assy of LBV300-5, 5 assy of HPDC1502, 1 assy of FSK, 1 assy of FOV, I assy of UCA520-NC, 1 assy of LED700, 1 set of FFA300), Topside Power Supply & Controls(1 assy of ICC168, 1 assy of CCA002, 1 assy of IMA700, 1 each of FP704), Tether(1 assy of UMB-FOV, 1 assy of URS252, 1 assy of QRS001, 1 assy of CBA066, 1 each of SS309), Cases & Packaging(1 each of CTP004, 1 each of CTP005, 1 each of CTP007),Spares( 1 kit of BSK301, 1 assy of HPDC1502, 1 kit of OCT1500), Testing & Documentation( 1 set of DOCS-064, 1 each of DOCS-002, 1 each of FP830, 1 each of full depth LBV testing, 1 each of Ballast trimmed Fresh or Salt water), and a 2 year Manufacturer's Limited Warranty. Input voltage, ballast trim, and video format is chosen upon order., 1, SYS; LI 002, MFR: Seabotix, P/N:CSA301, Crawler/VRAM Skid Depth Rated 50 meters (165 ft) including: VRAM assembly,Drive motor assembly with tires, transit case with custom foam (1 each of CTP009), basic spares Kit (1 each of BSK200), operators manual (1 each of DOCS-045), and full depth LBC Testing., 1, ASSY; LI 003, MFR: Seabotix, P/N:TJG300-2I-6, Three Jaw Grabber, 300M Gen2, LBV-5 Assy (includes mounting bracket and cable assy., 1, ASSY; LI 004, MFR: Seabotix, P/N:SN318, BlueView Imaging Sonar, 45 Deg, Field of View, 1, ASSY; LI 005, MFR: Seabotix, P/N:TSA503, MultiBeam Imaging Sonar Ready (For BlueView or Gemini) including: fiber ethernet link and dual fiber upgrade required for imaging sonar use with LBV, and all required mounting hardware and floatation for imaging sonar use with LBV., 1, ASSY; LI 006, MFR: Seabotix, P/N:LSS301, Red Laser Scaling System, 50mm (2.0") Separation, Tracks Color Camera, 1, ASSY; LI 007, MFR: Seabotix, P/N:TRN001,5-day Comprehensive Service, Maintenance and Flight training at Seabotix facility in San Diego, CA for TWO trainees., 1, EACH; LI 008, MFR: Seabotix, P/N:TRN003, Service Fee per person for each additional Person over two (per person per day). Additional traineed up to four for a maximum total of 6 trainees., 20, Person; LI 009, Shipping FOB Destination, directly to Hawaii. Economy air freight., 1, Group; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management Registration (AUG 2012) DEVIATION Personal Identity Verification of Contractor Personnel (Jan 2011) Instructions to Offerors Evaluation Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) Prohibition on Contracting with Inverted Domestic Corporations (May 2011) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Electronic Funds Transfer - CCR Privacy or Security Safeguards FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) (Jan 2012) Item Identification & Valuation Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Electronic Submission of Payment Requests Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) Transportation of Supplies by Sea (ii)Alt I, (iii) Alt II, (iv) Alt III Prohibition of Hexavalent Chromium (May 2011) Buy American Act-Balance of Payments Program Certificate Levies on Contract Payments Wide Area Workflow (WAWF) Authorized Changes by the KO (FEB 2008) Prospective Contractor Responsibility
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-12-T-3203/listing.html)
- Place of Performance
- Address: FPO, null 96657
- Zip Code: 96657
- Zip Code: 96657
- Record
- SN02870025-W 20120908/120906235528-2d8ee2bd2754a99dfe21016495051e4c (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 |