Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

56 -- POLYMIDE FOAM, ANTI-SWEAT WITH SKIN ON

Notice Date
12/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
326140 — Polystyrene Foam Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-05-Q-0085
 
Response Due
12/17/2004
 
Point of Contact
Valerie Moore, Contract Specialist, Phone 757-396-9829, Fax 757-396-8503, - Cindi Newcomb, Supervisory Contract Specialist, Phone 757-396-8352, Fax 757-396-8368,
 
E-Mail Address
moorevb@nnsy.navy.mil, newcombcb@nnsy.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCMENT CONSITITUES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITION WILL NOT BE ISSUED. The applicable Solicitation number is N00181-05-Q-0085. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. The NAICS classification is 326140 and the business size standard is 500 employees. FISC, Norfolk Naval Shipyard Annex intends to issue a procurement for the following: ITEM 0001, 338 Sheets of polymide foam, anti-sweat with skin on cc306-KCF TY1 IAW 802-6335737300, 24” x 48” x ½” thk (a) fire-resistant, anti-sweat submarine hull insulation, PDD #802-6335737, 02-01-1999 (B) flat sheet (C) 24” x 48” x ½” thk (D) MIL-STD-129 (E) 450 sheets (F) C (G) AND ITEM 0002 , 313 Sheets of polymide foam, same specifications and same size as ITEM 0001. Delivery shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Bldg 276, Portsouth, VA 23709-5000. Inspection/Acceptance at Destination. FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5 incorporating 52.222-21, 52.222-26. 52.222-35, 52.222-36, 52.222.37, 52.232-33 as applicable. ADDENDA: DFAR 252.212-7001 incorporating 252.225-7001, DFAR 242.204-7004 REQUIRED CENTRAL REGISTRATION. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule, and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/Yellow/Green program as follows: (A) This procurement is subject to the Navy Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS – CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: price, past quality performance and other factors considered. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal form quote, etc.) but must include the following information: (1) Complete mailing address/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN); (5) All completed certifications as required herein. All responses must be received by 2:00 PM local time, 17 Dec 2004. Questions/responses relative to this solicitation may be faxed to (757) 396-8503 to FISC, Norfolk Naval Shipyard Annex, Attn: Valerie Moore, Code 532.2D, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000 or emailed to: Moorevb@nnsy.navy.mil. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.dtic.mil/dfar. Information relative to CCR may be obtained via 1-888-227-2423 or http://www.ccr.gov. Numbered note #22 applies. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189A/N00181-05-Q-0085/listing.html)
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD PORTSMOUTH, VA
Zip Code: 23709
 
Record
SN00769615-F 20050317/050315214220 (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.