Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOLICITATION NOTICE

81 -- PET Preforms for NAVFAC

Notice Date
1/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326160 — Plastics Bottle Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0099
 
Response Due
2/11/2011
 
Archive Date
2/26/2011
 
Point of Contact
Shannon La Com 562-626-7104
 
E-Mail Address
Click here to contact the Contract Specialist via email
(shannon.lacom@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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/). The RFQ number is N00244-11-T-0099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-49 and DFARS Change Notice 20110120. 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 326160 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. FISC San Diego requests responses from qualified sources capable of providing: CLIN 0001 : polyethylene terephthalate (PET) preforms, quantity 450; unit of issue: thousand. Per the following physical specifications: Background: This equipment will blow-mold from preform, fill and cap 1 liter water bottles. The blow molded bottles will be filled with processed water (reverse osmosis treated, and either chlorinated or ozonated). Preform Requirements: The (PET) preforms used by the EWPS bottling system shall have the following characteristics: 1.Required Material:polyethylene terephthalate (PET) 2.Acceptable Weight:27.5 to 33 grams 3.Finish:28mm, 1810 PCO 4.Color:Clear 5.Finished Bottle size:1 liter 6.Recycled content: 0% minimum and 30% maximum. If it contains recycled material it must be annotated on quote in terms of % of total material. 7.Capable of holding water fit for human consumption and shall not negatively affect the potability or impart any taste or odor to the water, even after 90 days of storage. Packaging Requirements: Preforms shall be packaged for ease of handling by 1 person, in bags of no more than 350 preforms each. Man-carryable bags may then be placed into larger gaylord, pallet box, or otherwise palletized for shipping. Samples shall be submitted. A minimum of 50 and a maximum of 100 will be accepted. Samples must be received NLT 11 February 2011. The shipping documentation shall contain this solicitation number and the Lot/Item identification. Only ship samples to the below address. DO NOT ship quotes or pricing to the below address. Quoters are reminded to read and comply with FAR 52.211-8 ALT I below. Ship samples to: Receiving Officer (N69218) ATTN: Teresa Ogletree NAVFAC Engineering Service Center 1100 23rd Ave Port Hueneme, CA 93043 Required Delivery Date is NLT 25 MARCH 2011; Delivery Location is Port Hueneme, CA 93043. Responsibility and Inspection: at destination by Government Representative. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.247-34, F.O.B. Destination. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 ALTERNATE III (MAY 2002) Transportation of Supplies by Sea. N00244L332, UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Award will be made to the Offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product samples and demonstrate that the products offered meet all requirements stated in the above purchase descriptions. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: technically acceptable low bids (see FAR 15.304). FAR 52.211-8 -- Time of Delivery ALT I (Jun 1997) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE [Contracting Officer insert specific details] ITEM NO.QUANTITYOn or before 0001450 (unit of issue thousand) 25 March 2011 The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR ™S PROPOSED DELIVERY SCHEDULE ITEM NO.QUANTITYWITHIN DAYS AFTER DATE OF CONTRACT (b) The delivery dates or specific periods above are based on the assumption that the Government will make award by 23 February 2011. Each delivery date in the delivery schedule above will be extended by the number of calendar days after the above date that the contract is in fact awarded. Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. A written notice of award or acceptance of an offer, mailed or electronically 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. 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/. Questions regarding this solicitation must be submitted in writing via email to the below Government point of contact. This announcement will close and all offers and samples must be received NLT 1 PM PST on 11 February 2011. Submit offers via email or fax to Shannon La Com who can be reached at (T) 562.626.7104, (F) 562.626.7877 or email Shannon.lacom@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code, tax identification number and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0099/listing.html)
 
Record
SN02368599-W 20110130/110128233917-a301a8304c2bcfc4afdc2fa8cae68ab5 (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.