Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2010 FBO #2988
SOLICITATION NOTICE

19 -- CAMEL SEPARATOR DISPOSAL

Notice Date
1/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0109
 
Response Due
2/8/2010
 
Archive Date
3/8/2010
 
Point of Contact
Juana Perez 619 532-2556
 
E-Mail Address
CAMEL SEPARATOR DISPOSAL
(juana.perez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 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; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO. The RFQ number is N00244-10-T-0109. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 11. It's the responsibility of the contractor to be familiar to with the applicable clauses and provisions. The clauses can be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars.index.htm. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 7699 - Repair Shop Related Services and Federal Supply Class J020 Maintenance Marine Equipment. The agency is in need of the following service: ITEM NUMBER 0001 DISPOSAL OF DEEP DRAFT CAMEL QTY:2 EA(Statement of Work incorporated into Solicitation) The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contrac! t Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and other related factors. The Government intends to award the contract to the eligible responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Offerors' proposals will be evaluated first under Factor TECHNICAL CAPABILITY (i) above, which represents MINIMUM acceptable criteria. Under this factor, services offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and not be considered for award. Factor (ii), PAST PERFORMANCE, is significantly more important than Factor (iii), PRICE. Although cost is not as important as past performance, it should not be ignored. The degree of its importance will increase with the degree of equality of proposals in relation to past performance, or when it is so significantly high as to diminish the value of the past performance superiority to the Government. All responsible Offerors are to submit payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the statement of work along with applicable government discounts. Initial pricing (quotes) and technical information must be received no later than 03:00 PM (PST), 08 Feb 2010 and will be accepted via Fax (619) 532-2347, Attn: Juana Perez at (619) 532-2556 or e-mail juana.perez@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. NOTE: Site visit is available on Tuesday 02 Feb 10 at 9:00 a.m. Contact Mr. Matt Lynch; he may be reached at 619-556-3136 e-mail: matthew.lynch@navy.mil or Alternative point of contact is Mr. Brian Lehmkuhler, Regional Program Manager, Port Operations. He may be reached at 619-556-6730 e-mail: brian.lehmkuhler@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0109/listing.html)
 
Place of Performance
Address: 140 Sylvester Road, SAN DIEGO, CA
Zip Code: 92106
 
Record
SN02050827-W 20100129/100127233822-11464ad8b4228295f53837309f8d8844 (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.