Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

20 -- Wing Sponsors(P/N WG9300025)And Bravo 10-Foot Bellows(P/N WG1620038)

Notice Date
7/7/2010
 
Notice Type
Presolicitation
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133110T8578
 
Response Due
7/15/2010
 
Archive Date
8/31/2010
 
Point of Contact
Don McManus 850-235-5392, or Contracting Officer Todd Doucett at 850-235-5817.
 
E-Mail Address
donald.d.mcmanus@navy.mil
(donald.d.mcmanus@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial off-the-shelf (COTS) items or slightly modified COTS items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-10-T-8578. A subsequent solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38.The applicable FSC is 2040, the NAICS Code is 336612, and the small business size standard is 500 employees. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award, on a sole source basis, a firm-fixed price commercial item order for ten (10) complete sets of wing sponsons and two Bravo-10 foot bellows to support the 11M NSW RIB, to Wing Inflatables, Inc., 1220 5th Street, Arcata, CA 95521. The 11M NSW RIB is a high-speed combatant craft used by the Special Boat Teams to support the Maritime Special Operations mission. The following items are being procured: CLIN 0001 - Ten (10) complete sets of wing sponsors (P/N WG9300025) CLIN 0002 - Two (2) Bravo 10-feet bellows (P/N WG1620038) This procurement is sole source for the following reasons. The items requested are the only sponsons approved for the NSW RIB by SPECWARCOM. The Government does not own the technical data package or specifications to compete this procurement. The sponsors are the only sponsons that meets the wear criteria, weight and air drop folding requirement. The sponsons have been tested, certified, and approved "For Navy Use" by NAVSEA and SPECWARCOM to meet existing systems compatibility for the 11M NSW RIB. Wing sponsons were certified by the Air Force in 2005. Wing Inflatables is uniquely qualified for this effort having designed and manufactured the sponsons and other parts required for the 11M NSW RIB. The design is solely proprietary of Wings Inflatables. There is no guarantee that any replacement parts would have the required features to support the Teams needs. Additional timely receipt of this sponson is critical for maintaining the Special Operations Crafts. FOB Destination: Delivery Point Destination is at two different locations. The first CLIN 0001, 0002, & 0003 Delivery Point is:Special Boat Unit TwentyNaval Amphibious Base Little Creek VA 23521 CLIN 0004 Delivery Point is:Special Boat Unit TwelveSan Diego CA 92155 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with addenda as noted: 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005). 52.212-2 Evaluation-Commercial Items. (Jan 1999) - Evaluation will be based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference). 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005). Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003). 52.247-34 F.o.b. Destination (Nov 1991). 52-252-2 Clauses Incorporated By Reference (Feb 1998) the full text of a clause may be accessed electronically at www.acquisition.gov/far. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). 252.211-7003 Item Identification and Valuation (AUG 2008). Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.247-7023 Transp! ortation of Supplies by Sea. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Responses to this solicitation are due by 07/16/10 at 1500 P.M. Offers and questions can be addressed to Don McManus at email Donald.D.McManus@navy.mil or phone # 850-235-5392. Reference RFQ # N61331-10-T- 8578 on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a4b73de0ba924c7e1e1ac0e4b1b9ab7)
 
Record
SN02198246-W 20100709/100707235002-5a4b73de0ba924c7e1e1ac0e4b1b9ab7 (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.