Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
MODIFICATION

95 -- This is change to the combined synopsis solicitation for aluminum plates and sheets. The purpose of this amendment is to change the closing date to 05/10/2010.

Notice Date
4/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410R0045
 
Response Due
5/10/2010
 
Archive Date
5/10/2010
 
Point of Contact
Nick Giacalone 619-532-2582 Please contact the contract specialist by email in regards to this notice at nick.giacalone@navy.mil. Please ensure to read the complete combined/synopsis solicitation for important dates and times
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. In addition, this procurement shall be performed Using Simplified Acquisition Procedures under the authority of FAR 13.5. This announcement constitutes the only solicitation; a Request for Proposal (RFP) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-10-R-0045. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-40 and DFARS-DCN 20100408. This solicitation is issued as small business set-aside NAICS Code 331315 is applicable and business size is 750 employees. The requirement is for a firm fixed price supply contract for the following items: Line Item 0001: ALUMINUM SHEET FOR A QUANTITY OF 20; 7075-0 ALC QQA250/13,.090" X 60.00" X 89.00" ALUM SHEET, PVC COATED BOTH SIDES AND SHALL INCLUDE A 12" X 12" TEST COUPON. Line Item 0002: ALUMINUM PLATE FOR A QUANTITY OF 10; PM 7050-T751/MMS 1420, 3.50" X 59.00" X 51.00" CUT ALONG 51.00 GRAIN AND SHALL INCLUDE A 12" X 12" TEST COUPON. Line Item 0003: ALUMINUM PLATE FOR A QUANTITY OF 20; PM 7050-T7351/MMS 159, 4.00" X 44.00" X 52.00" CUT ALONG 52.00" GRAIN AND SHALL INCLUDE A 12" X 12" TEST COUPON. Line Item 0004: ALUMINUM PLATE FOR A QUANTITY OF 20; 7050-T7451 MMS-1420/AMS4050, 1.50" X 28.00" X 66.00" CUT ALONG 66.00" GRAIN AND SHALL INCLUDE A 12" X 12" TEST COUPON. Note#1 One Coupon for each item shall be provided by the contractor upon delivery. All coupons shall be 12" X 12". The cost of the coupons shall be addressed in the unit price of each line. Note#2 All plates shall be cut along the grain length direction. Note#3 Each different type of plates as specified by there specific line item description herein shall be from the same heat lot. Note #4 Material shall have Mil-Markings Face Side Up. Note#5 Aluminum sheets shall be PVC coated on both sides. Note# 6 MILCERTS are required on all material and shall be supplied by the contractor. Note#7 the contractor shall ship material on pallets large enough to support the weight and length of each plate. All plates shall be placed on the pallets with Mil-Markings face up by the contractor. The material shall be strapped to the pallets by the contractor. Note#8 All material provided shall be US domestic. Government Delivery Requirements: The Government requires all material to be delivered By June 15, 2010. If above day cannot be met contractors must provide an accurate and realistic delivery schedule. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center-SW CAN 37 Naval Air Station North Island San Diego, CA 92135. Post Award Contract Administration will be performed by FISCSD, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Any technical questions are to be directed to: Nick Giacalone Contract Specialist, US Navy, FISCSD, Code 240, 619-532-2582, nick.giacalone@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 1600 p.m. (PST) on May 4, 2009. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT( Listed Below). THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial ItemsNOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to 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. (i)TECHNICAL CAPABILITY TO PERFORM(ii)ABILITY TO MEET REQUIRED DELIVERY SCHEDULE AND FOB TERMS(iii)PAST PERFORMANCE(iv)PRICE (b) Ability to meet both (i) technical capability to perform and (ii) ability to meet the required delivery schedule and FOB terms represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall render the offer to be technically unacceptable and not considered for award. Only those Offers which are determined by the contracting officer to be technically acceptable to be performing under Factors (i) and (ii) will be further evaluated under Factors (iii) and (iv). In the second step of evaluating those offers determined under Factor (i) and (ii) to be technically acceptable, Factor (iii), PAST PERFORMANCE, is as important as Factor (iv), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from a price, delivery and technical standpoint. (c) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. (d) The Government's required delivery schedule/date(s) is shown in herein. FOB terms are shown in herein. Ability to meet the stated required delivery schedule and FOB terms shall be demonstrated by the offeror's submission of a signed offer which has not taken exception to the required delivery schedule/date or place of delivery. (e) TECHNICAL CAPABILITY TO PERFORM and ABILITY TO MEET REQUIRED DELIVERY SCHEDULE AND FOB TERMS represents the MINIMUM acceptable criteria. Under these factors, offers will be determined to be either acceptable or unacceptable. Failure to be determined acceptable under these factors will render the offer unacceptable and not considered for award. (f) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior same and/or similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (g) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a "fill-in." All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. FAR 52.212-4 Contract Terms and Conditions Commercial ItemsFAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation)FAR 52.202-1 Definitions. FAR 52.203-3 Gratuities.FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government.FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions.FAR 52.204-7 Central Contractor Registration.FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper.FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.FAR 52.219-6 Notice of Total Small Business Set-Aside.FAR 52.219-8 Utilization of Small Business Concerns.FAR 52.222-3 Convict Labor.FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.FAR 52.222-21 Prohibition of Segregated Facilities.FAR 52.222-26 Equal Opportunity.FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.FAR 52.222-36 Affirmative Action for Workers with Disabilities.FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.FAR 52.222-50 Combating Trafficking in Persons.FAR 52.232-1 Payments.FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration.FAR 52.233-1 Disputes.FAR 52.233-3 Protest after Award.FAR 52.233-4 Applicable Law for Breach of Contract Claim.FAR 52.241-13 Capital Credits.FAR 52.242-15 Stop-Work Order.FAR 52.243-1 Changes-Fixed Price.FAR 52.246-2 Inspection of Supplies-Fixed-Price.FAR 52.247-34 F.o.b. Destination.FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price).FAR 52.252-1 Solicitation Provisions Incorporated by Reference.FAR 52.252-2 Clauses Incorporated by Reference.FAR 52.252-6 Authorized Deviations in Clauses. 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: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.243-7002 Requests for Equitable Adjustment and DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.204-7003 Control of Government Personnel Work Product.DFARS 252.204-7004 Alternate A, Central Contractor Registration.DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country.DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country.DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.DFARS 252.232-7010 Levies on Contract Payments.DFARS 252.243-7001 Pricing of Contract Modifications.DFARS 252.247-7022 Representation of Extent of Transportation by Sea. FISC-SD local clause 331 Review of Agency Protests (MAR 2000)FISC-SD local clause 332 Unit Prices (OCT 2001)FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004NAVSUP Clause 5252.232-9402 Wide Area Work Flow; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 "Central Contractor Registration" (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Nick Giacalone, Code 240, 619-532-2582, 619-532-1088 fax or email nick.giacalone@navy.mil Reference solicitation number: N00244-10-R-0045 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on May 10, 2010. (No Notes)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410R0045/listing.html)
 
Record
SN02136949-W 20100502/100430235044-f4b2d5f57b7ebec92d5eeb3e012a709c (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.