Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2008 FBO #2263
SOLICITATION NOTICE

20 -- Mine Detectors

Notice Date
2/4/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908T0150
 
Response Due
2/8/2008
 
Archive Date
2/8/2008
 
Point of Contact
Brandy Harris (757) 443-1375 Scott Wilkins (757) 443-1326
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6. The test procedures in FAR Subpart 13.5 ?Test Program For Certain Commercial Items? of the Federal Acquisition Regulation (FAR) shall be used, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under solicitation number N00189-08-T-0150. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following items: CLIN QTY MANUFACTURER DESCRIPTION 0001 2 LAB SAFETY SUPPLY (BAG,PLASTIC,YELLOW,6MM 30 GAL) 0002 4 WEST FLORDIA WIRE&ROPE (LINE, AMSTEEL BLUE,5/8 X 600FT ROLL) 0003 2 WEST FLORDIA WIRE&ROPE(LINE,AMSTEEL BLUE,1X 1200FT ROLL) 0004 20 J HENRY HOLLAND CORP (3/8 NBA, TITANIUM SHACKLE) 0005 20 J HENRY HOLLAND CORP (1/2 SHACKLE NBA, STAINLESS) 0006 20 RJE INTERNATIONAL (UNDERWATER DIVERS LOCATION BEACON) 0007 6 PIGEON MOUNTAIN INDUSTRIES (11MM RES ROPE, BLK, EZ 46, 150FT) 0008 4 BLUEWATER ROPES (RESCUE 8) 0009 4 PETZL AMERICA (SELF-BRAKING DESCENDER/BELAYING DEVICE) 0010 4 BLACKHAWK PRODUCTS GROUP(ROPE GUARD BLACK) 0011 10 OMEGA PACIFIC (ALUMINUM LOCKING LITE D CARABINER 24K) 0012 2 MED-ENG SYSTEMS INC (BREATHING APPARATUS ENHANCED PACKAGE) 0013 4 SPEEDTECH INSTRUMENTS (DEPTHMATE PERSONAL SOUNDER) 0014 30 SCHIEBEL TECHNOLOGY INC (DETECTOR SET, MINE) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this off er by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 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 (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Propos als (OCT 1997); 757-443-1402. The following FAR clause applies and is incorporated in full-text; FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS - The submission to the Government of the above items will constitute an offer (Proposal) and will indicate the offeror?s unconditional assent to the terms and conditions of this Request for Quote (RFQ) and in any attachment hereto. Unless this RFQ expressly authorizes alternate proposals with respect to specific terms or conditions of this RFQ, any objection to any of the terms and conditions of this RFP will constitute a deficiency (See FAR 15.301), which may make the offer unacceptable. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The relative order of importance of the evaluation factors are Delivery and Price where delivery is more important than price. Required delivery date is no later than 14 MAR 08, FOB: Point is Destination. Offeror(s) sh all provide the date all items will be shipped. If dates are different for any one CLIN then that date must be specified. Offerors are to meet the desired delivery date or state its best delivery. Price Evaluation: The offeror?s proposed price will be evaluation on the basis of price reasonableness in accordance with FAR Subpart 13.106-3. The evaluation may include, but not limited to: Price comparison with other offerors, Completeness: All pricing information as it directly relates to the RFQ, and Comparison with Independent Government estimates. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due on 8 Feb 2008 (4:30 pm). Offers can be emailed to brandy.harris@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Brandy Harris, Norfolk, VA.23511-3392. Mailed quotes must be in government control no later than the closing date and time to be considered for award. Reference: N00189-08-T-0150 on your proposal. Numbered Notes 1 applies. NAICS: 334511 (750) Employees.
 
Record
SN01499762-W 20080206/080205051330 (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.