Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

66 -- NACombined synopsis/ solicitation for an automatic bottle washer to be delivered to the Fuel Farm, Fleet & Industrial Supply Center San Diego, 92106

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, Bldg 1, 2nd Floor 937 N. Harbor Drive, Suite 212, San Diego, CA, 92132-0212, UNITED STATES
 
ZIP Code
92132-0212
 
Solicitation Number
N00244-07-T-0927
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Point of Contact
Catherine Winkler, Contract Specialist, Phone 619-532-2557, - Catherine Winkler, Contract Specialist, Phone 619-532-2557,
 
E-Mail Address
catherine.winkler@navy.mil, catherine.winkler@navy.mil
 
Description
This is a combined synopsis/ solicitation for a commercial supply prepared in accordance with the format in FAR subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. The Fleet and Industrial Supply Center (FISC) San Diego, CA intends to award a Firm Fixed Price definitive contract to the offeror who is low priced, technically acceptable. The contractor shall provide a freestanding automatic bottle washer and associated equipment ? see below for details ? to the Fuel Farm at the Fleet and Industrial Supply Center in San Diego. Shipping and handling will be reimbursed; therefore offerors are to quote F.O.B. Origin and include shipping and handling as a line item. The salient characteristics of the washer include the following: The dimensions must not exceed 60 inches in height by 24 inches in width by 30 inches in depth. The washer must have a capacity for 20 or more 1-quart bottles. The construction must be made of stainless steel, and must contain an electrical closing door with a lock. The washer must be programmable for various washing, drying, and rinsing cycles. It must include a HEPA filtered injector drying system, and must contain self-diagnostic software for monitoring all aspects of operation. The washer must contain an insulated chamber for quiet performance, and must have a built-in detergent. The Government requires two interchangeable racks. In addition, the Government wishes to purchase as a separate line item a (20) jet rack with long jets. The Government also wishes to purchase a valve that introduces cold water to mix with discharged water, thus bringing the temperature down to less than 120 degrees Fahrenheit before discharge (environmental requirement). Please see below for CLIN detail. The requirement is for a firm fixed price supply contract. The Government requests delivery by 30 November 2007. The applicable NAICS code for this action is 339111 with a size standard of 500 employees. The proposed contract action is for a commercial supply and will be negotiated on a full and open competition basis. CONTRACT LINE ITEM NUMBERS (CLINs) 0001 Freestanding Automatic Glassware (Bottle) Washing Machine. Delivery no later than 30 November 2007. Washer to conform to requirements stated above. 0002 Jet Rack containing (20) long jets 0003 Drain Discharge Cool Down Valve. 0004 Installation for the Washer. 0005 Shipping and Handling. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFARS provisions, see http://farsite.hill.af.mil FAR 52.202-1 Definitions 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (ALT. I) FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies with the following applicable clauses for paragraph (b): FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-5, Trade Agreements; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.216-1 Type of Contract filled in with ?firm fixed price.? FAR 52.222-3 Convict Labor FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchases FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-17 Interest FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop Work Order FAR 52.243-1 Changes ? Fixed Price FAR 52.246-2 Inspection of Supplies?Fixed Price FAR 52.247-34 F.O.B. Destination FAR 52.249-2 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004ALT A Required Central Contractor Registration DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representation and Certifications ?Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses applicable for paragraph (a): FAR 52.203-3 Gratuities, and the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252-225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of supplies By Sea) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report Contact the Contract Specialist for the full text of Local Clauses at catherine.winkler@navy.mil Local Clauses L-331 Review of Agency Protests and L-332 Unit Prices The Government intends to make a single award. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals; the Government will consider all responsive offers received no later than September 26, 2007 at 12:00 p.m. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/200/N00244-07-T-0927/listing.html)
 
Place of Performance
Address: Fuel Farm Bldg. 70A 199 Rosecrans Street San Diego, CA 92106
Zip Code: 92106
Country: UNITED STATES
 
Record
SN01413033-F 20070922/070921080944 (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.