Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

83 -- blue nomex; urethane

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107
 
ZIP Code
32228-0107
 
Solicitation Number
N68836-03-T-0309
 
Response Due
9/18/2003
 
Archive Date
9/24/2003
 
Point of Contact
Katherine Frisko, Purchasing Agent, Phone (904)270-5699 X146, Fax (904)270-6498, - Mary Hart, Supervisory Purchasing Agent, Phone (904) 270-5699 X150, Fax (904) 270-6498,
 
E-Mail Address
Katherine_F_Frisko@jax.fisc.navy.mil, Mary_L_Hart@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR : The Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-01-T-0309 applies and is issued as a Request for Quotation. NOMENCLATURE; NOMEX (URETHANE) FOR AIRCRAFT; NSN: 8305-01-333-0797, SPECIFICATIONS: 58” Wide, material – aramid basic, type I class 2. 5.5 oz-sq/yd, Fire and oil resistant, waterproof. Coating plastic, polyurethane both sides. Quantity 300 (three-hundred) yards. This procurement is 100% set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is _313320 and the business size standard is 1000. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis, the following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) . Provision,52.212-1, Instructions to Offers-Commercial: 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror representations and certifications-commercial items. Clause 52.212-4, Addendum to FAR 52.212-4; Paragraph (o) Warranty-Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions—Commercial Items; clause 52.212-5, Contract Terms and conditions Required to Implement Statutes Or Executive Orders—Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.222-41 Mandatory information for electronics funds transfer payment; Clause 52.219-6 Total small business set-aside, and the following DFAR clauses apply to this acquisition; 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement. For award go to www.ccr2000.com to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. .The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil . Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items with their offer. The government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, price-related factors, verification of specifications. Numbered notes 22 applies. Quotations must be mailed, faxed or e-mailed no later than,1400, 2:00PM (eastern standard time) 18 September 2003,with firm delivery date, after reciept of order, price, prompt payment terms and cost for shipping if price quoted is not FOB destination; to the following: Attn: Katherine Frisko, Fleet Contracting Center, FISC Jax, Bldg. 191, Naval Station, Mayport FL. 32228. FAX: 904-270-6498, Telephone 904-270-5699 ext. 146. Katherine_F_Frisko@jax.fisc.navy.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N68836Mayport/N68836-03-T-0309/listing.html)
 
Place of Performance
Address: ship to address RECEIVING OFFICER, NAVAL STATION, MAYPORT, FL.
Zip Code: 32228
Country: USA
 
Record
SN00424819-F 20030905/030903214153 (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.