Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

19 -- Process Procedures to modify Zodiac F-470 model 03014

Notice Date
8/15/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVICP-Mechanicsburg, N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010408QK135
 
Response Due
8/21/2008
 
Archive Date
9/5/2008
 
Point of Contact
DAN MCMULLAN 717-605-5659<br />
 
Small Business Set-Aside
N/A
 
Description
1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.2.Solicitation number N00104-08-Q-K135 is issued as a request for quotation (RFQ).3.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.4.This acquisition contains no any set-aside under NAICS code 326299 - All Other Rubber Product Manufacturing (small business size standard: 500). Statements regarding the Small Business Competitiveness Demonstration Program are not applicable.5.List of contract line item number and item, quantity and unit of measure: 0001: 6 copies, Drawing Package with Process Procedures to modify Zodiac F-470 model 03014 CRRC for Submarine Operations; Qty 1; ea.6.Description of requirements for the items to be acquired: The contractor shall document the configuration changes to the Zodiac F-470 model 03014 CRRC (hereafter referred to as the craft") made for submarine operations. The documentation shall include a drawing package and process procedures that will be used by Zodiac of North America (ZNA), or any authorized repair/maintenance contractor to modify the craft for submarine operations. The contractor shall travel to Pearl City, Hawaii, to visit SEAL DELIVERY TEAM ONE (SDVT-I) to discuss the modification, measure a field-modified craft and record dimensions, and capture modification processes and procedures. These discussions and measurements shall be made in conjunction with Government designated Subject Matter Experts (SMEs). The travel shall be coordinated through the PMS NSW Project Officer and with the SDVT-I Technical Point of Contact (TPOC) so that Government directed SMEs can participate in the effort. ZNA shall deliver to the Government a standardized drawing package and process procedures to make the specific modifications to the craft for better performance during submarine operations. This package shall be delivered to NAVSEA PMS NSW, with formal notification of delivery to NAVICP.7.Date(s) and place(s) of delivery and acceptance and FOB point: 20-Nov-2008; PMS NSW, Attn: CW02 Thomas Maher, Bldg 22, room 301, 1244 Patterson Avenue SE, Washington Navy Yard, DC 20376; Acceptance at government location; FOB Destination.8.The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition and there are no addenda to the provision.9.The provision at 52.212-2, EvaluationCommercial Items applies and the specific evaluation criteria follow. 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: a.Technical capability of the item offered to meet the Government requirement;b.Price; and c.Past performance.10.Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, with its offer.11.The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition and there are no addenda to the clause.12.The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: a.FAR 52.222-3, Convict Labor (June 2003)(E.O. 11755); b.52.222-19, Child LaborCooperation with Authorities and Remedies (Feb 2008) (E.O. 13126);c.52.222-21, Prohibition of Segregated Facilities (Feb 1999); d.52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); e.52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); f.52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); g.52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); h.52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); i.52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423); j.52.225-1, 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); k.52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)); l.52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332); m.52.232-34, Payment by Electronic Funds TransferOther Than Central Contractor Registration (May 1999)(31 U.S.C. 3332); n.52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a); 13.The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies. The additional FAR clauses cited in the clause are applicable to the acquisition: a.252.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582); b.252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) (10 U.S.C. 2533a); c.252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320); d.252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321); e.252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); f.252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).14.This will be a firm-fixed-price contract. Offerors firm-fixed-price quotes must include a breakdown of direct and indirect costs. Additional contract requirements or terms and conditions: a.The contractor shall deliver six copies of the sub ops drawing package and shall be submitted in standard commercial format for Zodiac drawings. The drawing package and process procedures shall be written in English. All notations and markings shall also be in English. The process procedures shall describe the step-by-step process and procedures for modifying the Zodiac F-470 model 03014 Combat Rubber Raiding Craft (CRRC). The drawing package shall depict the modifications to be made showing the exact locations with measurements for each alteration. With this drawing package and process procedure, any authorized Zodiac repair contractor shall be able to modify the CRRC Model 03014 to the sub ops configuration. b.The project officer will inspect the draft drawing package and process procedures for adequacy and correctness, and provide any necessary changes to the contractor for implementation. Upon acceptance, the project officer will notify the contracting officer of government acceptance. c.The draft drawing package and process procedures shall be delivered to the project officer for a quality assessment 15 days prior to the delivery date identified above. The project officer will provide feedback to the contractor within five working days of receipt. The contractor shall deliver the final product on or before 20-Nov-2008. 15.The Defense Priorities and Allocations System (DPAS) the assigned rating is DX.16.Offers are due in electronic format on or before 1:00 p.m. 21-Aug-2008. 17.TECHNICAL POC: a.NAVSEA PMS NSW (Project Officer): CW02 Tom Maher, 202-781-5777, Thomas.c.maherdnavy.mil; b.SDVT-1 (Combat Systems Officer): SOCM Kirby Horrell 808-474-2678, Kirby.HorrellOnavsoc.socom.mil.18.Solicitation POC: NAVICP 0242.08 (Contracting Officer): Dan McMullan, 717-605-5659, daniel.mcmullan@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b66c9689a4c760b59cfa1942be0966d7&tab=core&_cview=1)
 
Record
SN01642295-W 20080817/080815225351-382b91ae25cfdb7f27530308a887a69f (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.