SOLICITATION NOTICE
66 -- Seismic Sparker System - Salient Characteristics
- Notice Date
- 7/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Branch (N112), Bldg 9134, Stennis Space Center, Mississippi, 39522-5001, United States
- ZIP Code
- 39522-5001
- Solicitation Number
- N62306-15-Q-4007
- Archive Date
- 8/26/2015
- Point of Contact
- Alizabeth J. Lee, Phone: 228-688-4241, Claudette Surrento, Phone: 2286884558
- E-Mail Address
-
alizabeth.lee@navy.mil, claudette.surrento@navy.mil
(alizabeth.lee@navy.mil, claudette.surrento@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Salient Characteristics This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Changes Notice 20150702. It is the contractor's responsibility 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/dars/dfars/html/current/252201.htm. The NAICS code is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing and the Small Business size standard is 750 employees. This procurement is unrestricted. The Naval Oceanographic Office requests responses from qualified sources capable of providing: Sub-bottom Profiler System (Sparker) including various components in accordance with the attached Salient Characteristics. Delivery is requested within 8-10 weeks after receipt of order, FOB: Destination to Stennis Space Center, MS 39522-5001. No additional quantities are intended to be included or purchased. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Item; FAR 52.212-4, Contract Terms and Conditions - Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item; Offerors shall include a completed copy of 52.212-3 and ALT I with submission of quotes. All clauses shall be incorporated by reference. Additional contract terms and conditions applicable to this procurement are: FAR 52.237-34 FOB Destination DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information To Litigation Support Contractors DFARS 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports In lieu of FAR 52.212-2 Evaluation - Commercial Items provision, procedures in accordance with FAR 13.106-2 will be used for this procurement. 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 technical capability. Oral communications are not acceptable in response to this notice. A determination by the Government not to 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. This solicitation will close at 12:00PM on 11 Aug 2015. Quotes shall be submitted to alizabeth.lee@navy.mil. Quotes shall provide the company's Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management and Wide Area Work Flow (WAWF) to be considered for award. Quotes must clearly indicate the capability of the offeror to meet all specifications and requirements and shall include price(s), a point of contact, name and phone number, business size, and payment terms in accordance with FAR 52.212-1. Response must clearly indicate the capability of offeror to meet all specifications and requirements. Any resultant contract will be DO rated under the Defense Priorities and Allocations System (DPAS).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f9cdc46a0c114507ed8af93c6d8dc8e5)
- Place of Performance
- Address: 1002 Balch Blvd, Stennis Space Center, Mississippi, 39522, United States
- Zip Code: 39522
- Zip Code: 39522
- Record
- SN03809554-W 20150726/150724234948-f9cdc46a0c114507ed8af93c6d8dc8e5 (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 |