Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

81 -- Release Assembly PDS Boxes

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0140
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
W “ PDS BOXES This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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-140. The NAICS code is 423840 and the Small Business Standard is 100 emloyees. This is a competitive action. The Fleet and Industrial Supply Center San Diego, Seal Beach Division, requests responses from qualified sources capable of providing release assembly boxes as described below. The required delivery date would start 30 days after receipt of order, with an option period to purchase additional boxes. The equipment will be delivered to the Naval Surface Warfare Center, Corona Division, Seal Beach Detachment in Seal Beach, CA. Responsibility and Inspection, unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The equipment to be leased and maintenance as described below: Item 0001 Release Assembly PDS Boxes “ Drawing Number 12531H Quantity: 200 EA Specifications Fabricate boxes per drawing PDS 12531H, sheets 8 through 16, with the following exceptions: oSide panel, end panel, top panel, and bottom panel material (plywood) must be Ľ inch thick (nominal). oWood frame strips (cleats) to be nominal 1 ť x 3 ť (3/4 ť x 2 ˝ ť) oFasteners (Klimps) per MS24535 “3 (for 1 ť x 3 ť) cleats. oClips are MS24355 “5 oStaples or nails must be installed from inside panel surface out to frames to ensure complete penetration of panels to frames. oDo not provide desiccant (item 18) oDo not provide humidity indicators (item 19) oDo not provide the paper wrap (item 16) oDo not stencil outside of boxes Ship items assembled (dunnage and foam in wooden box) Bags can be shipped separately NOTE: drawing has item 17 (barrier bag) crossed out. This is incorrect. Barrier bag material must be MIL-PRF-131J. Size is 47 ť x 36 ť, bag must open on 47 ť side. Cardboard box must fit into bag. NOTE: sheet 12 on drawing is marked off. This is incorrect. It reads, śSTENCIL APPROX. AS SHOWN IN 1 INCH HIGH CHARACTERS COLOR BLACK ť. This should be included in the box. The stencil must be on the foam dunnage. Boxes must meet POP testing requirements per code of federal regulations, Title 29 CFR Part 178. Government facility at Seal Beach will perform the POP testing. Wood used must be heat treated. Heat treat stamp must be on both the box and the lid Vendor must document that the boxes meet the requirements of drawing PDS 12531H Item 0002 Option to Purchase Additional Release Assembly PDS Boxes- Drawing 12531H (at same price) Quantity: 100 EA Specifications: See specifications for Item 0001 Item 0003 Release Assembly PDS Boxes “ Drawing Number 12530D Quantity: 100 EA Specifications Fabricate per attached drawing (12530D) with the following exceptions: oSide panel, end panel, top panel, and bottom panel material (plywood) to be Ľ ť thick (nominal) oWood frame strips (cleats) to be nominal 1 ť x 3 ť (3/4 ť x 2 ˝ ť) oFasteners (Klimps) per MS24535-3 (for 1 ť x 3 ť cleats) oClips are MS24355-5 oStaples or nails must be installed from inside panel surface out to frames to ensure complete penetration of panels to frames. oDo not provide desiccant (item 21 on parts list) oDo not provide humidity indicators (item 22 on parts list) oDo not provide wrap (item 19 on parts list) oDo not stencil outer box Ship items assembled (dunnage and foam in wooden box) Bags can be shipped separately Barrier bag material must be MIL-PRF-131J Boxes must meet POP testing requirements per code of federal regulations, Title 29 CFR Part 178. Government facility at Seal Beach will perform the POP testing. Wood used must be heat treated. Heat treat stamp must be on both the box and the lid Vendor must document that the boxes meet the requirements of drawing PDS 12531H Barrier bag is listed as part 20. Ensure inner card board box/dunnage will fit into bag Opening of bag is along the 46 ť side Item 0004 Option to Purchase Additional Release Assembly PDS Boxes- Drawing 12530D (at same price) Quantity: 50 EA Specifications: See specifications for Item 0003 See attached documents for equipment drawings. Required Delivery Dates: Item 0001 Drawing PDS 12531H: 50 boxes “ 30 days after receipt of order 50 boxes “ 60 days after receipt of order 50 boxes “ 90 days after receipt of order 50 boxes “ 120 days after receipt of order Item 0002 OPTION TO PURCHASE 100 additional boxes : 50 boxes - 30 days after receipt of exercised option 50 boxes “ 60 days after receipt of exercised option (option will be exercised within 120 days of fulfillment of the last 50 boxes of the original order). Item 0003 Drawing PDS 12530D: 30 boxes “ 21 days after receipt of order 70 boxes “ 51 days after receipt of order Item 0004 OPTION TO PURCHASE 50 additional boxes: 50 boxes - 30 days after receipt of exercised option (option will be exercised within 120 days of fulfillment of the last 70 boxes of the original order). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20110311. 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 following FAR provision is applicable to this procurement: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: 52.204-7, Central Contractor Registration FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Representation 2.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 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, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7036 Alt 1, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 52.217-6 -- Option for Increased Quantity The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 120 days after the last required delivery date of Item 0001 and Item 0003. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.212-2, Evaluation ”Commercial Items (a) The Government will award a contract resulting from this solicitation to the response offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made 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 literature that demonstrates the items proposed meet all of the specification requirements. In addition, the offeror must demonstrate their ability to meet the maintenance requirements specified in the Statement of Work. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall NOT obligate the Government to exercise the option(s). (c) 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. 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 applicable technical literature and/or documentation, completed pricing schedule, and point of contact name and phone number. Responses to this solicitation are due March 24, 2011 at 1:00 PM local time, Seal Beach, CA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be e-mailed to michael.oliva@navy.mil or faxed via 562-626-7877 Attn: Michael Oliva. Please reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0140/listing.html)
 
Record
SN02399672-W 20110316/110314233935-80a1fd594c7c7984848e988df0863379 (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.