Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

45 -- Shipboard water heaters, 330 and 120 gallon; Sole source to Hubbell Electric Heaters. See below for details.

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024407T0372
 
Response Due
3/16/2007
 
Archive Date
4/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 Test Program for Commercial Items, FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This effort is a sole source acquisition IAW FAR 6.302-1, Only One Responsible Source; The sole source is based on Shipboard Water Heaters, 300 and 120 gallon type manufactured by: Hubbell Electric Heater Company, cage: 19857. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-07-T-0372. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-14, class deviation 2005-o0001 and DFARS-DCN 20061201. This solicitation is unrestricted. NAICS Code 333319 is applicable and business size is 500 employees. The following items are required: Line Item 0001: Shipboard Water Heaters, (2) each; Model# MSH300-0-75SLT5, 300 gallon, packaged vertical marine water heater w/ cement lined carbon steel vessel; Unit is factory assembled, insulated, jacketed, painted, wired and tested. Ready for electrical and plumbing connections. Unit includes a low water cut off and T&P guage. Line Item 0002: Shipboard Water Heaters, (3) each; Model# MSH120-0-75-SLT5, 120 gallon, Marine type packaged Hubbell electric water heater w/ heavy duty cement lined carbon steel SME section IV stamped vessel registered with the National Board of Boiler and Pressure Vessel Inspectors; Water heater package is USCG and ABS certified and approved. Unit is specifically designed and constructed for shipboard installation including both deck and bulkhead mounting supports. Complete with all electrical operating controls and a low water cut out. Unit is factory assembled, insulated, jacketed, painted, wired, and tested. Unit is ready for electrical and plumbing service connections. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the SWRMC-SD, Bldg. 116, San Diego, CA 92136. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. SECTION A: FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.215-5 Facsimile Proposals, (c) Fax: 619-532-1088 SECTION B: FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of the contractor to provide the item. To be determined technically acceptable, the contractor must furnish information regarding their capability of performing the services required to manufacture the dolly. Descriptive literature/pictures that provide pertinent information will be accepted and reviewed. Data must be submitted in accordance with FAR 52.212-1(b)(4). It is preferred that technical information be provided in Adobe ?pdf? file format, if possible. Of primary concern for award will be the contractor?s location. It is required that the contractors facility be located within the southern California locale preferably in the San Diego, CA area. Contractors meeting these two factors will have their quotation further evaluated under factors ii and iii. (ii) Past Performance: Provide Past Performance data on your companies? two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price and the name of Government activity or commercial company, point of contact/phone number. This Performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide a unit current pricing for the CLIN specified and a total cost for each line item under this solicitation. Also, required is a cost breakdown of the unit price listing, labor costs, total labor hours, labor rates, types of labor categories, and a total for material cost. Pricing will be evaluated against other quotations received. (iv) Provide delivery date; Payment terms and any prompt payment discount terms; Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. SECTION C: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. SECTION D: FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 52.219-6 Notice of Small Business Set-aside-Jul 1996; 52.204-7 Central Contractor Registration (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-8 Annual Representations and Certifications, Jan 2006; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 240, 619-532-2517, 619-532-1088 fax. Ralph.franchi@navy.mil Reference solicitation number: N00244-07-T-0372 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on February 16, 2007. . ****NOTE**** SEE NECO FOR FILE ATTACHMENT WHICH CONTAINS 52.212-1, 52.212-3 AND PAST PERFORMANCE DATA SHEET.
 
Record
SN01247887-W 20070311/070309222117 (fbodaily.com)
 
Source
FedBizOpps 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.