Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

20 -- PAYLOAD TRANSPORT SYSTEM

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-10-Q-5078
 
Response Due
12/3/2009
 
Archive Date
1/2/2010
 
Point of Contact
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; Jeannette L Perez, Contracting Officer, 619-553-9046
 
E-Mail Address
Contract Specialist
(gina.goodman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared inaccordance with FAR Subpart 12.6, Acquisition of Commercial Items using FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this request for quotation (RFQ) is N66001-10-Q- 5078. The government is soliciting quotes for the purchase of payload transport system. This requirement will result in a firm-fixed priced purchase order. This solicitation is set aside for small businesses. The Government is seeking competitive quotes from small businesses. The applicable NAICS code is 33612 and the size standard is 500 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-37 (10/14/09) and Defense Federal Acquisition Regulation Supplement (DFARS), October 19, 2009. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors Commercial (JUN 2008), and 52.212-4, Contract Terms and Conditions Commercial Items (MAR 2009), incorporated by reference, applies to this acquisition. All interested bidders MUST complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005) when submitting their quotes. FAR 52.213-3 can be downloaded from the SPAWAR E-Commerce website at https://e-commerce.spawar.navy.mil. This acquisition incorporates the following FAR Clauses 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 2009) applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78), 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 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), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 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), 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), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 52.247-32, F.O.B. Origin, Freight Prepaid (FEB 2006).FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.219-28, Post- Award Small Business Program Representation (APR 2009). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (JUL 2009) and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (AUG 2009) Deviation apply to this acquisition and includes 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.204-7004 Alt A, CCR Registration (SEP 2007); DFARS 252.211-7003, Item Identification and Valuation (AUG 2008). The requirement is to fabricate a payload transportation system in accordance with the attached drawings. To request drawings, send inquiries via e-mail to gina.goodman@navy.mil or cynthia.horriat@navy.mil. Make sure to include Solicitation N66001-10-Q-5078 in the e-mail subject line. Line Item Breakdown: Item 0001, Payload Transport System QTY 2 EACH Unit Price$________ Extended Price $__________ Item 0002, Shipping charge QTY 1 LOT Unit Price $_________ Extended Price $_________ Item 0003, UID Charge QTY 1 LOT Unit Price $________ Extended Price $___________ GRAND TOTAL $____________ FAR Clause 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: Award will be based on the best value to the government. Evaluation factors other than cost or price, when combined are significantly more important than cost or price. Evaluation factors are as follows: Factor 1: Technical Capability The offeror shall be able to demonstrate experience and proficiency in steel precision machining, steel welding, computer-aided machining (CAM), plastics machining, and complex assembly construction. The offeror shall be able to provide detailed processes for quality control. An offeror's technical capability information and any pertinent information that demonstrates an offeror's ability to accomplish the government's technical requirements including product specifications. Factor 2: Past Performance An offeror's past performance information [One prior similar contract performed within the past three years] and any other pertinent information that demonstrates satisfactory record of past performance and an indicator of an offeror's ability to perform the contract successfully. Offerors with no revevant past performance history will receive a neutral rating and may not represent the most advantageous quote to the government. Offerors MUST include the Past Performance Survey Questionnaire with their quote. Sample Questionnaire can be downloaded from SPAWAR E-Commerce website at https://e-commerce.spawar.navy.mil. Factor 3: Price Price analysis will be performed to determine fair and reasonableness of the offeror's quote. Unrealistically how (or high) proposed prices may be grounds for eliminating a quote from competition either on the basis that the offeror does not understand the government's requirement, or has made an unrealistic offer. This RFQ closes on December 3, 2009 at 8:30 AM, PDT. Offerors MUST register to SPAWAR E-Commerce website then read the "Submitting a Proposal" web page found at the SPAWAR E-Commerce website. Offerors MUST submit their quotes online to the SPAWAR E-Commerce website at https://e-commerce.spawar.navy.mil. All acceptable quotes must be received on or before the closing date and time of this RFQ. The primary POC for this solicitation is Gina Goodman (gina.goodman@navy.mil). The secondary POC is Cynthia Horriat (cynthia.horriat@navy.mil). Please include RFQ N66001-10-Q- 5078 on all e- mail inquiries. Offerors MUST be registered to the Central Contractor Registration (CCR) program prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-10-Q-5078/listing.html)
 
Record
SN02001292-W 20091112/091110234936-d0efa145dac5513e2c0b272c6dbe1aa8 (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.