Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2008 FBO #2453
SOLICITATION NOTICE

16 -- Restraint Assembly and Buffer Stop Assembly for CARGO Air craft.

Notice Date
8/12/2008
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883608T0341
 
Response Due
8/26/2008
 
Archive Date
9/10/2008
 
Point of Contact
Clarice Poitier 904-542-4836
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/SolicitationThis is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. Solicitation number N68836-08-T-0341 applies and is as a Request for Quotation. This procurement is a Small Business Set-A-Side @ 100% and all responsible Small Business concerns may submit an offer. This announcement constitutes the request for the required material under RFQ N68836-08-T-0341. The North American Industry Classification System (NAICS) Code is 332999; and the Small Business Size Standard is 500 employees. This acquisition will be accomplished under the authority of the test program for commercial items Section 4202 of the Clinger-Cohen Act of 1996, as implemented by FAR 13.5. Item No:Supplies/ServicesQtyUnit PriceAmount 0001Assy, Centerline, RestraintPN:VV85120100-10 6 ea 0002Assy, Buffer StopPN:C98-2100-1 6 ea CLAUSES INCORPORATED BY REFERENCE 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3Offeror Representations and Certifications-Commercial ItemsJUN 200652.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.215-5 Facsimile Proposals OCT 1997 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.247-34 F.O.B. Destination NOV 1991 252.204-7001 Commercial And Government Entity (CAGE) Code Reporting AUG 1999 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7000Offeror Representations and Certifications-Commercial ItemsJUN 2005252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT:52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical, (2) Delivery (3) Past Performance (4) Trade Agreement (5) Price (Refer to FAR 15.304) (End of clause)52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (NOV 2006); the clauses apply; within FAR 52.212-5:52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.219-8, Utilization of Small Business Concerns (MAY 2004)52.219-9, Small Business Subcontracting Plan (SEP 2006)52.222-3, Convict Labor (JUNE 2003)52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 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 (SEP 2006)52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.222-50, Combating Trafficking in Persons (AUG 2007)52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008).52.225-1, Buy American Act--Supplies (JUNE 2003)52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007)52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation.52.252-2CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):FAR Clauses http://acquisition.gov/comp/far/index.htmlDFAR Clauses http://www.acq.osd.mil/dpap/dars/dfars/index.htm252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2008); clauses apply within 252.212-7001 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) (10 U.S.C. 2533a). 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports(MAR 2008) (10 U.S.C. 2227). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293).(2) WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.(b) The following information, regarding invoice routing DODAACs, must be entered for completion of the invoice in WAWF:Invoice Type:Contract No:Issuing Office:Admin Office:Inspector DODAAC:Ship To DODAAC:Acceptor DODAAC:LPO DODAAC:Pay DODAAC:The contractor shall submit invoices for payment per contract terms.The Government shall process invoices for payment per contract terms. c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:NameEmailPhoneRole SUP 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992)(a)Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract.(b)The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.(c)The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Name: Clarice Poitier Address: 110 Yorktown Ave; 3rd Floor 230.CP Naval Air Station Jacksonville Fl 32212 - Telephone: (904) 542-4836; email: clarice.poitier@navy.mil NBZ043 FREEDOM OF INFORMATION ACT (FOIA)UNIT PRICESContractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act.NBZ073 ELECTRONIC PROPOSALSThe preferred method of submission of proposal is via e-mail. Solicitations sent to potential contractors via email or those solicitations downloaded from the contracting webpage at www.jax.fisc.navy.mil are read only MSWord copies. However, offerors may enter quotations and certification data by saving the original solicitation as an.html file and saving the.html file as an MSWord document. Although the cover page, standard form (SF) 1449, will remain as read only the offeror should now be able to enter quotes and complete the Offeror Representations and Certification s (Provisions 52.213-3). Responses to solicitation may then be emailed as an attachment to: Clarice Poitier_________________________at clarice.poitier@navy.mil_______________________ Contracting OfficerE-mail addressWhen electronic submission of proposals is allowed, be aware that the Navys computer network will not accept any attachments that are 10MB or larger, or with the extension.zip. PDFs are recommended. Our computer network will also periodically block IP addresses, and attachments, that it considers to be harmful, without our knowledge. As a backup, a fax number is also provided. Whichever the electronic method used, it is recommended that the offeror confirm receipt with the Contract Specialist to make sure that their proposal was received in a timely manner.The cover page, SF 1449, with signature and applicable blocks completed may be either electronically scanned into a MSWord document and emailed as an attachment or faxed to 904-542-1098___________________ attention Contracting Officer (POC) above.Facsimile copies of the entire response to a solicitation are acceptable if provision 52.212-5 is included, but email responses are preferred. NBZ081 CPARS PAST PERFORMANCEThe Federal Acquisition (FAR) requires that Past Performance Information (PPI) be collected (FAR Part 42) and used in source selection evaluation (FAR Part 14). The CPARS process establishes procedures for the collection and use of PPI for business sector contracts. CPARS generated PPI is one of many tools used to communicate Contractor strengths and weaknesses to Source Selection Officials and Contracting Officers. The use of an automated CPARs collection tool, http://cpars.navy.mil is aimed at reducing reliance on paper, improving the business process, and being more efficient. This is one of several initiatives the DON has deployed to meet DODs paperless contracting mandates. DON is utilizing the CPARS Automated Information System (AIS) to collect PPI and pass it to the Federal Past Performance Information Retrieval System (PPIRS) where PPI will be available to be retrieved by all the Services.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2a919f40eb2215ac830bc71e6bd3c67&tab=core&_cview=1)
 
Record
SN01637779-W 20080814/080812224156-d029030006f74061643fcd637a2cd222 (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.