Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2002 FBO #0137
SOLICITATION NOTICE

39 -- SLING, CARGO NET, NYLON WEBBING

Notice Date
4/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 FISC Seal Beach Det, 800 Seal Beach Blvd, Bldg 239, Seal Beach, CA 90740-5000
 
ZIP Code
90740-5000
 
Solicitation Number
N0024402R0036
 
Response Due
5/7/2002
 
Archive Date
6/6/2002
 
Point of Contact
Debby Reynolds-Estrada 562 626-7868
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist.
(reynolds.deborah@sbeach.navy.mil)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00244-02-R-0036 applies and is issued as a Request for Proposal. The solicitation is 100 percent set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and DFARS Change Notice 20020314. Clauses may be accessed in full text at www.arnet.gov/far and www.dtic.mil/dfars. The North American Industry Classification System Code is 314991 and the business size standard is 500 employees. Requirement is for two contract line items (CLINs) as follows: CLIN 0001, Qty 1 Ea, First Article Test of Sling, Cargo Net, Nylon Webbing, Type I, Class A, Size 4 (14 ft x 14 ft), IAW MIL-S-18313G, or latest revision, and FAR 52.209-3; CLIN 0002, Min 200 Ea/Max 1400 Ea (in lots of 100 Ea), Cargo Net Sling, Nylon Webbing, Type I, Class A, Size 4, IAW MIL-S-18313G or latest revision. The Government reserves the right to waive first article inspection from offerors who propose a product which has previously been approved by the Government and who provide evidence of same. Delivery of CLIN 0001 is required within 21 days ADC; Delivery of CLIN 0002 is 8 weeks after date of each order, FOB Dest to Fallbrook, CA. Inspection and acceptance at Dest. Anticipate FFP IDIQ contract w/60 Mo ordering period. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. FAR 52.212-2, Evaluation-Commercial Items, is a pplicable. The Government will award a contract 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 following factors shall be used to evaluate offers: (1) Capability to meet technical requirements of MIL-S-18313G; (2) Past Performance; (3) Price. Offerors shall provide: (a) Past Performance history, and (b) References to demonstrate satisfactory performance for up to three prior similar contracts performed within the past five years. Offerors with no relevant Past Performance history may be an unsuccessful proposal when compared to proposals of other offerors. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as the following addendum clauses: 52.209-3, First Article Approval-Contractor Testing; 52.216-18, Order ing, Dates: From Contract Award thru 60 Mos; 52.216-19, Delivery Order Limitations, Min 200 Ea/Max 1400 Ea; 52.216-22, Indefinite Quantity; 5252.216-9403, Written Orders (Indefinite Delivery Contracts); 52.219-6, Notice of Total Small Business Set-Aside; and FAR 52.247-34, F.O.B. Destination. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference with the following provisions applicable: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Re ports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanction for End Products; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies as well as the following provisions: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7007, Trade Agreements-Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7024, Notification of Transportation of Supplies by Sea. Sealed offers in original and one copy must be received no l ater than 3:00 p.m., local time, on 7 May 02. Offerors are required to complete and include a copy of the following provisions with the proposal: FAR 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items; DFARS Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items; and addendum clause DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payment Program Certificate. Offers sent via US Postal Service should be mailed to: Fleet and Industrial Supply Center, Seal Beach Det., Attn: Code 2803, 800 Seal Beach Blvd., Bldg. 239, Seal Beach CA 90740-5000. Contractors must be registered in the Central Contractor Registration database at www.ccr.gov before an award can be made. Information regarding this solicitation should be directed to Debby Reynolds-Estrada, (562) 626-7868; email: reyn olds.deborah@sbeach.navy.mil. Notes 1, 9, and 12 are applicable.
 
Record
SN00060789-W 20020418/020416213328 (fbodaily.com)
 
Source
FedBizOpps.gov 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.