Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOLICITATION NOTICE

20 -- SAFE Boat Parts for Riverine Patrol Boat Parts

Notice Date
6/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911T0301
 
Response Due
6/29/2011
 
Archive Date
7/28/2011
 
Point of Contact
Belinda Griffin 757 443 1458
 
Small Business Set-Aside
N/A
 
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 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/). The RFQ number is N00189-11-T-0301. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20100927. 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 336612 and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The model number for the items are: Seven (7) each CBHW0219 - Anchor Line Bag (SURC/RPB) * Eighteen each (18) CBHW0218 - Mooring Line Bag (SURC) * Seven (7) each HDWR0727 - Tow Line Bag (SURC/RPB) * Nine (9) each HDWR0037 - 3/8 Snap Hook Offset With Eye Insert ** Nine (9) each PLMB0797 - FLOCS Hose 10' (Deck to Container) ** Eight (8) each SBIF0047 - Lifting Sling Bag (Oval Bag with Grommet) SURC/RPB * Six (6) each CBHW0217 - Storage Locker Storage Bag (SURC) 18" * Nine (9) each LGHT0137 - One Million C.P. Spotlight with I/R Filter (SURC) **** Sixteen (16) each SBIF0168 - RPB 12" Flap Bag-Below hatch/door portside * Six (6) each SBIF0163 - 7" Open Bag-Forward Console Portside * Five (5) each SBIF0164 - 10" Open Bag Console Portside * Nine (9) each SBIF0165 - RPB Keyboard Holder Storage with Pouch * Nine (9) each SBIF0167 - RPB VHF Radio Cover * Nine (9) each SBIF0166 - RPB Electronics Box Cover * Nine (9) each DKHW0310 - Support Bar, Forward Arch Alum RPB * Nine (9) each ELTR0372 - Rod, Lightning Kit (with bag) *** Nine (9) each HDWR0733 - RPB Ensign Mast (SBI Fabricated) No Paint * Sixty (60) each HDWR0655 - Cover for round gun puck RPB *** One Hundred & Fifteen Each (115) HDWR0312 - 2' Ratchet Tie Down with SS Hardware **** Nine (9) each HDWR1574 - RPB Troop Seating Mounting Hardware Kit * Nine (9) each HDWR0037 - 3/8 Snap Hook Offset With Eye Insert ** Two (2) each CBHW0217 - Storage Locker Storage Bag (SURC) 18" * Two (2) each COLR0137 - Bow Collar Section, for SURC/RPB * Two (2) each COLR0138 - Mid Collar Section, SURC/RPB *** One (1) each COLR0139 - Aft Stbd Collar Section, SURC/RPB * One (1) each COLR0140 - Aft Port Collar Section, SURC/RPB * In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. * The items designated with one asterisks, * are manufactured by SAFE Boats International LLC. The cage code is 1RSZ1. The address is 8800 Barney White Road, Bremerton, WA 98312-4921. This requirement will be procured and awarded on a sole source basis to SAFE Boats International LLC. The telephone: (360) 674 7161. ** The items designated with two asterisks, ** are manufactured by Seadog, Corp, 3402 Smith Avenue, Everett, WA 98201-4541. The company s telephone number 425 259 0194. *** The items designated with three asterisks, *** are manufactured by Northwest Wire Rope and Equipment, Inc. The cage code is 2S016. The address is 1952 Milwaukee Way, Tacoma, WA 98421-2702. The telephone number is 253 572 8981 or 610 384 1300. **** The items designated with four asterisks, **** are manufactured by Kerfi Night Vision. The cage code is 36BD2. The address is 829 Antelope Way, Las Vegas, NV 89145-6156. The telephone number is 702 882 1982 or 6463. Delivery is: No later than 15 July 2011 or best delivery date ; Delivery Location is Commander Riverine Group One, 3516 5th Street, Virginia Beach, VA 23459. 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: 52.204-7, Central Contractor Registration (APRIL 2008) 52.209-5 Certification Regarding responsibility Matters (APRIL 2010) 52.212-1, Instructions to Offerors - Commercial Items (JUNE 2008) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items (MAY 2011) 52.212-4, Contract Terms and Conditions - Commercial Items (JUNE 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2011) including: 52.215-5 Facsimile Proposals, (OCT 1997) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) 52.222-3, Convict Labor, (JUNE 2003) 52.222-19, Child Labor, Cooperation with Authorities and Remedies (JULY 2010) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) 52.222-26, Equal Opportunity, (MAR 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) 52.222-36, Affirmative Action for Workers w/Disabilities, (OCT 2010) 52 222-37, Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons, (FEB 2009) 52.232-36, Payment by Third Party (Feb 2010) 52.225-13, Restrictions on Foreign Purchases (JUN 2008) 52.233-2, Service of Protest, (SEP 2006) 52.247-34 FOB Destination (NOV 1991) Quoters are reminded to include a completed copy of 52.212-3, Offeror Representations and Certifications Commercial Items, (MAY 2011) and it s 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 252.204-7004, Alternate A, Central Contractor Registration (SEPT 2007) DFARS 252.209-7001, Disclosure of Ownership or Control By the Government of A Terrorist Country (JAN 2009) DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled The Government of A Terrorist Country (DEC 2006) DFARS 252.211-7003, Item Identification & Valuation, (JUNE 2011) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (JUNE 2011) 252.225-7001 Buy American Act and Balance of Payments, (JAN 2009) 252.225-7021, Trade Agreements (NOV 2009) 252.243-7002, Requests for Equitable Adjustment (MARCH 1998) 252.247-7023, Transportation of Supplies by Sea, (MAY 2002) The following Buy American Certificate is incorporated in full text: 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 2009) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of domestic end product : Line Item Number Country of Origin (If known) (End of provision) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 5252.NS-046P Prospective Contractor Responsibility (AUG 2001); This announcement will close at 5:00 pm (EST) on 29 June 2011. Contact Belinda Griffin, who can be reached at 757-443-1458 or email belinda.griffin@navy.mil. Fax number is 757 443 1402. 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 a signed copy of above certificate, 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 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/N0018911T0301/listing.html)
 
Record
SN02481494-W 20110626/110624234253-c3dfc7939332d0b83b0af08a44c37dc4 (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.