Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2013 FBO #4276
SOLICITATION NOTICE

66 -- Nordson Dage Series 4000 Multipurpose Bond Tester Add-on Items - Brand Name Justification

Notice Date
8/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-13-Q-J003
 
Archive Date
9/11/2013
 
Point of Contact
Jennifer Borghese, Phone: 9169992778
 
E-Mail Address
jennifer.borghese@dmea.osd.mil
(jennifer.borghese@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand-Name/Sole Source Justification Letter This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award a firm fixed-price purchase order to NORDSON Corporation, on other than full and open competitive basis for Nordson Dage Series 4000 Multipurpose Bond Tester add-on items, as described below. This effort includes parts, installation and training. All items shall be FOB destination. Sole source determination is based upon the following: requirements are add-ons to an existing system, only items manufacturered by Nordson Dage will meet the requirements due to system design and compatibility requirements, and performance capabilities. Vendors who feel that they can provide the required supplies and services shall identify their interest and submit their capabilities and quote via email not later than the close date and time. Responses received after the close date and time or without the required information will be considered non-responsive and will not be considered. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). This notice of intent is not a request for competitive proposals. Information received will be considered solely for the purposes of determining whether or not to conduct a competitive procurement. This solicitation is issued as a request for quote, reference number HQ0727-13-Q-J003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This is not a small business set-aside. The NAICS Code is 334513 with a size standard of 500 employees. Description of the Nordson DAGE brand items to be acquired: Item No Product # Product Description 0001 7902497 Custom 4000 Accessory 6mm Stud Cup 0002 7923348 Custom 4000 Accessory Debris Enclosure 0003 7906738 Bracket for 17" LCD monitor 0004 7228788 Leica Tri Microscope Kit incl: 0.63 obj lens, arms 0005 7228786 Leica DFC495 Digital Camera w/software, adapter, cable and card 0006 7901207 Leica S6 20X eyepieces 0007 7228787 Leica LED ring light assembly for S8-TRI-KIT 0008 7901329 250g Calibration Jig 0009 7900785 100KG Calibration Jig 0010 7227126 25G Stainless Steel Weight, CLS 7 0011 7227127 50G Stainless Steel Weight, CLS 7 0012 7227129 100G Stainless Steel Weight, CLS 7 0013 7227132 250G Stainless Steel Weight, CLS 7 0014 7227145 2G Stainless Steel Weight, CLS 7 0015 7227124 5G Stainless Steel Weight, CLS 7 0016 7227125 10G Stainless Steel Weight, CLS 7 0017 7227133 500G Stainless Steel Weight, CLS 7 0018 7227135 1KG Stainless Steel Weight, CLS 7 0019 7227137 2.5KG Stainless Steel Weight, CLS 7 0020 7227136 1.25KG Stainless Steel Weight, CLS 7 0021 7919445 Shear Tool Sleeve, Reduces 250 to 187 0022 7915163 Shear Tool 0.030" FW 0023 7915183 Shear Tool 0.150" MW 0024 7915168 Shear Tool 0.050" FW 0025 7915198 Shear Tool 0.100" FW, 0.250" Shank 0026 7915250 Shear Tool 0.220" FW 0027 7900515 Shear Tool 0.354" W 0028 7916647 Stud Pull Adapter 0029 Install Product Installation and 6 hours of Engineering and operator Training 0030 7228615 Wire Pull Calibration Fixture (up to 1KG) 0031 7900829 Wire Pull Cart (10KG, 5KG, 2.5KG, 1KG, incl HK-CAL, HK-40-35 0032 7227138 5KG Stainless Steel Weight, CLS 7 0033 7227139 10KG Stainless Steel Weight, CLS 7 0034 7923138 Custom Stud Pull 1mm DIA Pack of 10 0035 PARTS Custom Dowel 4mm stud pack of 10 0036 PARTS Custom Dowel 7mm stud pack of 10 Offeror's shall certify that their offered supplies are new, unused, genuine parts from the original manufacturer entitled to a full warranty. If selected for award, the awardee is required to provide advance notification prior to conducting on-site installation and training (Item No. 0029). A two-hour minimum notice during normal business hours shall be given. All on-site work shall be performed by U.S. citizens. Contractor personnel shall provide proof of citizenship in accordance with the DMEA visitor approval process in effect at the time the visit is requested and prior to being permitted facility access. Date of Delivery: 6 weeks after receipt of order Place of Delivery: Defense Microelectronics Activity, DMEA/MEBC, Bldg. 620, 4234 54th Street, McClellan, CA 95652-2100 Acceptance: FOB Destination The DPAS Priority Rating for this procurement is: DO-A7. System for Award Management (SAM). To be considered for award, prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not register in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain registration information and annual confirmation requirements via the SAM database at https://www.acquisition.gov. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government shall use the following factors to evaluate offers: technical capability of the item offered to meet the Government requirement, price, offeror's certification that offered supplies are new, unused, genuine parts from the original manufacturer entitled to a full warranty, and offered supplies meet the performance requirements for the intended use. The following FAR/DFARS provisions apply to this procurement: 52.212-1, Instructions to Offerors - Commercial (Jul 2013); 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2013); 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I (Aug 2011); 52.212-4, Contract Terms and Conditions-Commercial Items (Jul 2013); 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Aug 2013); Applicable paragraph (b) clauses: - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) - 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) - 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) - 52.222-3, Convict Labor (Jun 2003) - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) - 52.222-21, Prohibition of Segregated Facilities (Feb 1999) - 52.222-26, Equal Opportunity (Mar 2007) - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) - 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Apr 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) - 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, 252.247-7023, Transportation of Supplies by Sea (Jun 2013). This notice of intent is not a request for competitive proposals. Information received will be considered solely for the purposes of determining whether or not to conduct a competitive procurement. Offers shall be received by 3:00 p.m. (P.S.T.) 27 August 2013. Statutory Authority 10 USC 2304 (c) (1) or 41 USC 253 (c) (1), FAR Part 6.302-1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-13-Q-J003/listing.html)
 
Place of Performance
Address: Defense Microelectronics Activity, DMEA/MEBC, Bldg. 620, 4234 54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN03140254-W 20130809/130807235535-22d28b63374524c6434600bf25e75568 (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.