SOLICITATION NOTICE
12 -- Fire Hose Tester, Line Gauge and Pressure Gauge
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6281311RC125
- Response Due
- 8/22/2011
- Archive Date
- 8/22/2011
- Point of Contact
- Pamela K. Nakagawa 808-473-7903
- E-Mail Address
-
RC125AW
(pamela.nakagawa@navy.mil)
- Small Business Set-Aside
- HUBZone
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies 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 N00604-11-T-3151. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-46 and DFARS Change Notice 20101103. 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 333911 and the Small Business Standard is 500 Employees. The proposed contract is 100% set aside for HUBZONE Small Business Concerns. The Fleet and Industrial Supply Center (FISC) Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001, Brand name or equal, Rice Hydro 5.5 Gas Honda Tester, 5GPM, 1000 PSI, #AW147, (2 each) CLIN 0002, Line Gauge, #AK060, (8 each) CLIN 0003, Pressure Gauge, 4 1/2 D 0-400 increments, #Z278, (8 each) 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: 52.212-1, 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.215-5, Facsimile Proposals 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Certain Foreign Purchases 52.232-36, Payment by Third Party Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference and in order. 252.204-7004, Alternate A, Central Contractor Registration 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 5252.232-9402, Wide Area Work Flow This announcement will close on Monday, August 22, 2011, Hawaii Standard Time. Contact Ms. Pamela Nakagawa who can be reached at Telephone: (808)-473-7903, Fax: (808) 473-3524, or email at pamela.nakagawa@navy.mil A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. 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 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 not 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/N00604/N6281311RC125/listing.html)
- Place of Performance
- Address: Federal Fire Department Headquarters
- Zip Code: 650 Center Drive
- Zip Code: 650 Center Drive
- Record
- SN02531902-W 20110814/110812234947-c6c5537a30d8fd47070dc594224cd100 (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 |