The Naval Oceanographic Office, Stennis Space Center, MS, intends to issue a sole source, fixed price purchase order to Trimble Military and Advanced Systems, Inc., Sunnyvale, CA 94085 pursuant to FAR 6.302-1, only one responsible source. The requirements set forth in the Statement of Work and Salient Characteristics, which includes: CLIN 0001 (Qty-3) Trimble Force 524d GRAM Conf. GPS Electronic Units; and CLIN 0002 (Qty-3) Trimble L1/L2 Antenna, Ruggedize. Trimble Military and Advanced Systems, Inc. is the manufacturer of the specified supplies and holds proprietary rights to the Trimble Navigation Model FORCE 524D components. The components are not available from a third party. Delivery is requested by 15 October 2012 or as soon as possible. FOB: Origin to Stennis Space Center, MS 39522-5001. 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; and DFARS 252.227-7015 Technical Data-Commercial Items. Contractor is reminded to include a complete copy of FAR 52.212-3 and it's ALT I with quotes. Additional contract terms and conditions applicable to this procurement are DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Item and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including FAR 52.247-30, FOB Origin. Any resultant contract will be DO rated under the Defense Priorities and Allocations System (DPAS). This synopsis is published for informational purposes only and is not a request for competitive quotes. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Any inquiries concerning this requirement are to be submitted in writing to the Contracting Officer within five (5) calendar days after publication of this notice. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
This announcement will close at 4:00 PM, CDT on 27 August 2012. Quote is to be submitted to Tanya Burnett at [email protected].
Contractor shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractor must be registered in the SAM at www.sam.gov; and Wide Area Work Flow at https://wawf.eb.mil to be considered for award. Quote shall include price(s), a point of contact, name and phone number, business size, and payment terms. Response must clearly indicate the capability of the offeror to meet all specifications and requirements.