SOLICITATION NOTICE
35 -- SHIPBOARD LAUNDRY EQUIPMENT
- Notice Date
- 4/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910T0196
- Response Due
- 5/12/2010
- Archive Date
- 5/27/2010
- Point of Contact
- CHARLES LOSS 757-443-1343
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13.5 Test Programs for Certain Commercial Items, includes the written solicitation N00189-10-T-0196. The government intends to negotiate a Firm Fixed price contract on a "Brand Name" basis 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/). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-40 and DFARS Change Notice 20100305. 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 423850 and the Small Business Standard is 100. The proposed contract action is for a brand name only. The brand name and model number of the product(s) are listed below. In accordance with FAR 5.102(a) (6), the required justification or documentation is attached. In accordance with the Shipboard Catalog, Laundry Equipment section (S6152-B1-CAT-010), the Fleet & Industrial Supply Center Norfolk requests responses from qualified sources capable of providing: -Provide 6 each, 200-LB capacity, EDRO DynaWash washer/extractor; model DW2000MNSWE-14A, with onboard DynOzone.-Provide 3 each, 100-LB capacity, EDRO DynaWash washer/extractor; model DW1000CNSWE-14A, with onboard DynOzone.-Provide 4 each, FORENTA Pants Topper Steam Press, model 3516VSN.-Provide 8 each, FORENTA Utility Steam Press, model 53VAN.-Operational Testing and Warranty Support after delivery. The contractor shall have all items delivered to the prescribed location as soon as possible. All items shall be warranted against defective parts and workmanship for a period of one (1) year after acceptance by the government. Any internal, external or ancillary components, which are pertinent to the functioning of the machine, shall be replaced, if damaged in shipment, to ensure that the machine performs in accordance with the intended design and within the machine's capabilities and limitations. After completion of all work, the contractor shall attend an operational test of the equipment to verify that it functions within its designed specifications. Operational testing shall be witnessed by the designated government representative (To be scheduled during the November and December timeframe).---------------------------------------------------------------------------------------------------------------------------------------Delivery Location is: Supervisor of Shipbuilding, USN1000 48th Street, WHSE 91Newport News, VA 23607-2787ATTN: Mike Coleman (757) 688-1947MARK FOR: CVN-71; SWLIN 655111600#S1L2 Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (JUL 2006);52.212-1 Instructions to Offerors - Commercial Items (NOV 2007); 52.212-2 Evaluation-- Commercial Items (JAN 1999);52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2007) and ALT I (APR 2002);52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2007); 52.215-5 Facsimile Proposals (OCT 1997);52.252.2 Clauses Incorporated by Reference (FEB 1998);52.247-34 F.O.B. Destination (NOV 1991). Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration Alternate A (SEP 2007);252.211-7003 Item Identification & Valuation (JUN 2005);252.225-7000 Buy American Act-Balance of Payments Program Certificate (JUN 2005);252.232-7010 Levies on Contract Payments (DEC 2006). Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Quoters are reminded to include a completed copy of 52.212-3 and ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: This announcement will close at 4:30pm local time on 12 May 2010. Contact Mr. Charles Loss who can be reached at 757-443-1343 or email charles.o.loss@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0196/listing.html)
- Place of Performance
- Address: Supervisor of Shipbuilding, USN1000 48th Street, WHSE 91, NEWPORT NEWS, VA
- Zip Code: 23607
- Zip Code: 23607
- Record
- SN02133118-W 20100429/100427234823-6f0f4182baf66ab4244b0bf0a4654e89 (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 |