Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

54 -- Additional Sections to expand existing Sprung Classic Structure

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0718
 
Response Due
9/22/2009
 
Archive Date
10/7/2009
 
Point of Contact
Sari Gearty 562-626-7453
 
E-Mail Address
Click here to contact the Contract Specialist via email
(sari.gearty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the 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/). The RFQ number is N00244-09-T-0718. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. 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/dfars/index.htm. The NAICS code is 332311 and the Small Business Standard is 500 employees. The proposed contract action is for a brand name only. In accordance with FAR 5.102(a)(6), the required documentation is attached. The Fleet and Industrial Supply Center, San Diego, Seal Beach Division, requests responses from qualified sources capable of providing the following Sprung Instant Structures, Inc. brand name product: CLIN 0001, 1 EACH, Classic Sprung Structure, 30' wide by 100' long, to include the following:4 each 30' x 10' Tan Classic Center Bay Sections2 each Bays of Cable Bracing2 each 30' Tan Engineered Flat Ends1 each Single Personnel Door 1 each 10' x 10' Roll-Up Service Door1 each 140' Flat Bar2 each 46" x 18" Louvered Openings CLIN 0002, 1 LOT, Freight to Port Hueneme, CA 93043 (if not FOB Destination)CLIN 0003, 1 LOT, Sprung Technical Consulting Services for installation support Delivery is required 30 days after date of award, FOB Destination Port Hueneme, CA. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based upon the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all costs expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination;52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration.Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program. All responsible sources may submit a quote which shall be considered by the agency. This is an open-market combined synopsis/solicitation for equipment as defined herein. The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award will be made based upon a determination of price reasonableness, contractor determination of responsibility within the meaning of FAR Part 9 and acceptance of the provisions set forth herein. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) Current Pricing (2) RFQ Number (3) Company Name and Address (4) Point of Contact, phone and fax numbers (5) Current CCR Registration CAGE Code (6) Tax Identification Number (7) Dunn and Bradstreet Number (8) FOB Point (9) Business Size (10) GSA Contract Number, if applicable (11) Payment Terms (12) Copies of applicable commercially published price lists pertaining to your company's products that meet the requirement, along with applicable government discounts. This announcement will close at 1:00 P.M., local time, on 22 September 2009; all quotes must be received by that time, and will be accepted via fax 562-626-7877 or e-mail to the address below. Point of contact is Sari Gearty, who can be reached at 562-626-7453 or email sari.gearty@navy.mil. The anticipated award date is on or before 09/30/2009. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024409T0718/listing.html)
 
Place of Performance
Address: Naval Facilities Engineering Service Center, Port Hueneme, CA
Zip Code: 93043
 
Record
SN01958732-W 20090919/090917235827-a2e891ad82a8418694dbb6a7640e6c7a (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.