SOLICITATION NOTICE
71 -- Furniture for Flag Conference Room
- Notice Date
- 8/12/2008
- Notice Type
- Presolicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060408T0333
- Response Due
- 8/20/2008
- Archive Date
- 9/20/2008
- Point of Contact
- Sara Watanabe 808-473-7528<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-08-T-0333. This solicitation is being issued as a Request for Quotations (RFQs), for a Firm Fixed Price (FFP) contract and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 337211 and the Small Business Standard is 500 Employees. This is a 100% Small Business Set-Aside. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from qualified sources capable of providing: Furniture for the Flag Conference Room, 3rd Deck, B150, Naval Station 850 Ticonderoga Street, Pearl Harbor, Hawaii 96860-4884.Please see Performance Work Statement (PWS) for details. Installation of furniture is anticipated to be approximately between September 15 to 25, 2008. Quote is to be F.O.B. Destination, Commander Navy Region Hawaii, 850 Ticonderoga Street, Bldg 150, Naval Station, Pearl Harbor, HI 96860-4884. Responsibility and Inspection: All material will be inspected and accepted at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; Far 52.219-6, Notice of Total Small Business Set-Aside, Far 52.222-3, Convict Labor, 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 (E.O. 11246), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 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 52.222-37, Employment Reports on Disabled Veterans, Veterans. Veterans of the Vietnam, Era and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons and FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. Offerors must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Visit the Internet site http://www.ccr.gov/ for more information. Offerors shall include a completed copy of 52.212-3 and its ALT I and return with proposal, or complete online clauses at the ORCA website: http://orca.bpn.gov/ failure to do so will result in the offeror being INELIGIBLE FOR AWARD. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including; FAR 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Transportation of Supplies by Sea, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Trade Agreements, DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7020, Trade Agreements Certificates;DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; FAR 52.211-2, Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST); DFARS 252.211-7003 Item Identification and Valuation; SUP 5252.232-9402 Invoicing and Payment WAWF Instruction. See attached local clauses that apply to this solicitation. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address, GSA contract number if applicable and Commercial and Government Entity (CAGE) code. This announcement will close at 12:00 pm (noon) (Hawaii Standard Time) on August 20, 2008. Offerors may submit their bids to Sara Watanabe through fax 808-473-7528 or Email: sara.watanabe@navy.mil. Quotes over 10 pages in total number will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. All finish samples (see PWS) should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 200, ATTN: Sara Watanabe, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Non submittal of finish samples will make an offeror/quoter INELIGIBLE FOR AWARD. Samples shall be received by bid close date 12:00 pm (noon) (Hawaii Standard Time) on August 20, 2008. Contact Ms. Sara Watanabe, who can be reached at 808-473-7528 or email sara.watanabe@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All questions/inquiries concerning this RFQ document must be submitted in writing. ******* End of Combined Synopsis/Solicitation ******** ATTACHMENT NPZ L003 UNIT PRICES (FISC PH 2008) Contractors unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. NPZ L331 REVIEW OF AGENCY PROTESTS (FISCPH) (2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. NAVSUP H25 SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e1c8389d133e872c2a8b56a2b52ab17&tab=core&_cview=1)
- Record
- SN01637340-W 20080814/080812223009-379e9a59610e07977e8769e105469af5 (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 |