Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2007 FBO #2019
SOLICITATION NOTICE

16 -- P-3 CENTER WING PLANKS

Notice Date
6/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N658867131104DA
 
Response Due
6/15/2007
 
Archive Date
6/5/2008
 
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. Responses are due in no later than 15 June 07 at 1200 EST. Proposals are being requested and a written solicitation will not be issued. Reference number N6588607131104DA applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 336413 and the business size standard is 1000. This is an unrestricted solicitation. This requirement is for the procurement of P-3 center wing planks for the Fleet Readiness Center Southeast, NAS Jacksonville, FL. These are critical application items. Drawings may be requested by contacting Arleen L. Starks @ Arleen.Starks@navy.mil. Phone: 904-542-0471. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (JUL2004), 52.203-3 Gratuities (APR 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sept 2005), 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003), 52.204-7 Central Contractor Registration (July 2006), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (APR 2003), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (FEB 2002), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.237-3 Continuity of Services (JAN 1991), 52.239-1 Privacy or Security Safeguards (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (FEB 2006) 52.245-1 Property Records (APR 1984), 52.245-2 Government Property (Fixed-Price Contracts), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (MAY 2004), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.212-1 Instructions to Offers-Commercial (SEP 2006), 52.212-2 Evaluation?Commercial Items (Jan 1999), 52.212-3, Offeror Reps and Certs. (Nov 2006), 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2005), 52.215-5 Facsimile Proposals (FEB 2006). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (APR 1984), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (May 2004), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004), 252.225.7014, Preference for Domestic Specialty Metals (JUN 2005), 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2003), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses and fill in the items required in 52.212-3 and send in with your proposal. Verify registration in Wide Area Workflow at: https://wawf.eb.mil/. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) Completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price for each item, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) CLINS are as follows: CLINS DESCRIPTION PART NUMBER QTY 0001 Center Wing Plank 938831-101 2 0002 Center Wing Plank 938832-101 2 0003 Center Wing Plank 938833-101 2 0004 Center Wing Plank 938834-101 2 0005 Center Wing Plank 938835-101 2 0006 Center Wing Plank 938836-101 2 0007 Center Wing Plank 938837-101 2 0008 Center Wing Plank 938838-101 2 0009 Center Wing Plank 938839-101 2 (3) FAR clauses requiring fill-ins, 52.212-3 Award will be made IAW FAR 15.101-2, Lowest Price Technically acceptable source selection process is appropriate for this award. The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. IAW FAR 15.304(3)(iv), past performance is not an appropriate evaluation factor for this acquisition. 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 Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award. Quotations must be received no later than 1200 EST on 29 May 2007 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen.Starks@navy.mil.
 
Place of Performance
Address: FRC SOUTHEAST, NAS JAX, JACKSONVILLE, FL
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01310775-W 20070607/070606084637 (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.