Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOLICITATION NOTICE

45 -- SHT Pump Basin Package (kit)

Notice Date
1/11/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908TN039
 
Response Due
1/17/2008
 
Archive Date
2/16/2008
 
Point of Contact
michael jackson 757-396-8007
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number N0018908TN039 is issued as a request for quotation, RFQ. This requirement is unrestricted and the applicable NAICS is 334516 with a standard size of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm fixed price contract for the following line item: CLIN 0001: REQN N4215873340156, QUANTITY (3) each, 1 KT, SHT PUMP BASIN PACKAGE (MANUFACTURED: HYDROMATIC), 1-FRP TANKS, (2) ea PUMPS, SS HARDWARE , (1) ALUMINUM COVER, (1) ea FLOATS-RETRO PACK CONTROL SYSTEMS. REFERENCE NUMBER 03-070306-02, Rev.-1. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. Delivery is required 5 weeks after ARO. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2 price and past performance are of equal importance, 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 23, and 26. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-17, and 52.247-34, 52.219-22, 52.222-25, and 52.246-2 DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001, 252.225-7021 and 252.225-7036 alternate I. IMPORTANT NOTICE: DFARS 252.204-7004. Required Central Contractor Registration, CCR, applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2422 or visit the Internet at http://ccr.g ov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Notice to Offerers: This procurement is part of the Navy's Contractor Evaluation System RED/Yellow/Green Program. Award will be based on the contracting officer's decision as to which offer provides the best value to the Navy, price, past performance, and other factors considered. The award shall meet requirements for access to NNSY: Contractor?s representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: 1. Birth Certificate .2 Verification of Birth, DD Form 372, 3. Hospital birth c ertificate with an authenticating seal, 4. For those persons born abroad to a U.S. citizen parent: a. Certificate of citizenship issued by the Immigration and Naturalization Service b. Report of birth Abroad of a Citizen of the United States of America, Form FS-240, c. Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State, 5. Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s), 6. Certification of Naturalization, original only. Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices, e.g. company letterhead, quote form, etc, but must include the following 1. Complete mailing/remittance address (s); 2. Prompt payment discount; 3. Delivery Schedule; 4. Taxpayer ID#; 5. All completed certifications as required herein. All responses must be received by 17 January 2008, 2:00 PM, Local Time and shall reference solicitation no. N4215873340156. Responses may be faxed to 757-396-8017, Norfolk Naval Shipyard, Maritime Industrial Branch, Purchase Division, Code 532.2M, Attn: Michael R. Jackson, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000, phone: 757-396-8007 or emailed to Michael.r.jackson3@navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. NOTICE TO PROSPECTIVE SUPPLIERS (Apr 1999) (a) This procurement is subject to the Navy's Red/Yellow/Green (RYG) Program. RYG is authorized by the Deputy Assistant Secretary of the Navy (Acquisition) for use in the acquisition of supplies and services used to build, maintain and operate the fleet. (b) The Government reserves the right to award to the supplier whose quote represents the best value to the Government. As such, the basis for award will include an evaluation of each supplier's past performance history for the Federal Supply Class(s) or Service Code (FSCs) of the supplies and services being purchased. The price to be considered in determining best value will be the evaluated price after application of the Technical Evaluation Adjustments (TEAs). (c) The procedures described in the clause entitled "Additional Evaluation Factor for Consideration of Past Performance - Navy Red/Yellow/Green Program (APR 1999), will be used to assist in determining the best value for the Government. ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE-NAVY RED/YELLOW/GREEN PROGRAM (APR 1999) (a) This procurement is subject to the Navy's Red/Yellow/Green Program, authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use by participating activities during the acquisition of supplies and services used to build, maintain and operate the Fleet. (b) The purpose of RYG is to assist contracting personnel during source selection to determine the best value for the Government. The program uses accumulated supplier past performance data to classify each supplier's performance by Federal Supply Class(es) or Service Code(s) (FSCs) as either red (high risk), yellow (moderate risk), green (low risk), or neutral (no risk established). (c) To assist in source selection a monetary assessment in the form of a Technical Evaluation Adjustment (TEA) is added to each supplier's quote having a red or yellow classification for the FSC involved. The dollar amount of the red or yellow TEA assessment is based on the cost to the Government of effecting additional actions required to assure performance by a supplier with an unsatisfactory performance history for the FSC involved. No TEA is assessed for a supplier having either a green or neutral FSC RYG classification. For purposes of the RYG program, a neutral classification is assigned to suppliers who are first time quoters to the Government for the FSC(s) involved; suppliers otherwise having no past performance data in the RYG database for the FSC(s) involved, and suppliers who past performance data in the RYG data for the FSC(s) involved are over three years old. After consideration of any other pertinent, price related factors (e.g., transportation charges, f irst article testing, discount terms), the adjusted price becomes the basis for determining award. A supplier's FSC RYG classification may change over time as new or revised performance data becomes available. (d) RYG classifications are summarized as follows: (1) Green is low risk. No performance assurance actions are considered necessary. No TEA will be assessed. (2) Yellow is moderate risk. Additional performance assuring actions are considered necessary. A TEA will be applied to the prospective supplier's price to reflect the Government's estimated additional costs. (3) Red is high risk. Significant additional performance assurance requirements are considered necessary. A TEA will be applied to the prospective supplier's price to reflect the Government's estimated additional costs. (4) Neutral is no risk established. No TEA is assessed; nevertheless, additional performance assurance requirements may be considered necessary to assure quality and on-time delivery. (e) RYG classifications for all applicable FSC(s) are established monthly for each supplier and provided to them. Suppliers may address questions about the program or their FSC RYG classifications to the Naval Sea Logistics Center (NSLC) Portsmouth Detachment, Federal Building, Room 400, 80 Daniel Street, Portsmouth NH 03801-3884, telephone number 603-431-9460, ext 464, FAX 603-431-9464. Suppliers may also access their individual FSC RYG classifications through the automated vendor access program. To obtain automated access, a written request must be submitted on company letterhead to NSLC at the above address. The request must include the requester's name, title, company name, address, telephone number and Contractor and Government Entity (CAGE) code. The CAGE code is mandatory. In response, NSLC will provide each supplier, at no charge, an individual password, all required software, and information on accessing their individual data. REQUIREMENTS FOR ACCESS TO NNSY Contractors? representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. ?Employee Eligibility Verification Form?). The I-9 is based on presentation of appropriate documentation that both verifies the employee?s eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE: (1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2) If the contract requires access to classified material, a visit request identifying the employee?s clearance status may suffice depending on the employee?s status within the JPAS database. (3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. ******* End of Combined Synopsis/Solicitation ********
 
Record
SN01484175-W 20080113/080111225921 (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.