Federal Bid

Last Updated on 28 Jan 2007 at 5 AM
Solicitation
Norfolk Virginia

66--Identifinder EOD Kits and accessories

Solicitation ID N0018907T0079
Posted Date 19 Dec 2006 at 5 AM
Archive Date 28 Jan 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N00189-07-T-0079. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase the following items on a sole source basis: (1) 1 each, Lid Organizer, P/N 100259-T, (2) 2 each, USB Cable, P/N 101086-T, (3) 2 each, Serial Cable, P/N 101085-T, (4) 2 each, 9V EXT PWR Supply Adapter Box, P/N 101084-T, (5) 2 each, IDF-U Link Cable, P/N 101083-T, (6) 2 each, Adapter Box, P/N 101082-T, (7) 2 each, US Wall Adapter for 9V EXT PR ,P/N 100035-T, (8) 2 each, WINTMCA32 Manual, P/N 100045-T, (9) 2 each, Identifinder-U Manual, P/N 101180-T, (10) 2 each, WINTMCA32/Transfer Software, P/N 100041-T, (11! ) 2 each, Identifinder Holster, P/N 100040-T, (12) 2 each, Identifinder Wrist Strap, P/N 100034-T, (13) 1 Set, 8 Gamma Check Sources, P/N RSS-8EOD, (14) 2 each, Identifinder-N/3HE Plus 1 each NAL (TI) 25B51/1 as spare pelican case and source kit, P/N IDF-EODKIT, Delivery will be 9 weeks/ARO. FOB Point: Destination .Suggested Sole Source Manufacturer: Thermo Scientific 27 Forge Parkway Franklin, MA 02038. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and c! ertifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (FEB 2006), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabili! ties (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-36 Payment by Third Party (MAY 1999) (31 U.S.C.3332),52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2006), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with th! eir unit prices, extended prices, total price, prompt payment terms, r emittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by December 29, 2006 at 16:30 (4:30 P.M.). Offers can be emailed to [email protected], faxed to 757-443-1333 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: David C Zareczny Code 230B6, Norfolk, VA.23511-3392. Reference RFQ N00189-07-T-0079 on your proposal. NAICS 334519 Numbered Notes: Number 22 applies.
Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 25 Aug 2006 at 4 AM
Norfolk Virginia 25 Jan 2005 at 5 AM
Indian head Maryland 16 Mar 2007 at 4 AM
Location Unknown 25 Aug 2005 at 5 AM
North charleston South carolina 07 Aug 2007 at 4 AM

Similar Opportunities