SOLICITATION NOTICE
39 -- WIRE MESH CAGES AND SHELVING UNITS TO STORE AIRCRAFT PARTS AND PIECES
- Notice Date
- 9/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0585
- Response Due
- 9/16/2011
- Archive Date
- 10/1/2011
- Point of Contact
- Jose Neto (619)532-4752
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-11-T-0585. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. This solicitation is issued as small business set-aside NAICS Code 332618 Other Fabricated Wire Product Manufacturing is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: Quantity of twenty four (24) Wire Mesh Security Cages, two hundred and sixteen (216) shelving units, to include delivery to and installation in NAS North Island BLDG 1474, San Diego CA 92135. See below for specifications. Line Item 0002: Quantity of eight (8) Wire Mesh Security Cages, two hundred and sixteen (72) shelving units, to include delivery ONLY to NAS North Island BLDG 272, San Diego CA 92135. See below for specifications. Line Item 0003: Quantity of eight (8) Wire Mesh Security Cages, two hundred and sixteen (72) shelving units, to include delivery to and installation in Commanding Officer HSL-37 1st Street, Hangar 103, Box 64006 MCBH Kaneohe Bay, HI 96734. See below for specifications. MINIMUM SPECIFICATIONS: STORAGE OF PARTS AND PIECES FOR AIRCRAFT. WELDED WIRE MESH CAGE WITH TOPS COLOR REQUIRED IS GRAY. 10 GAUGE X 2 ť SQ MESH STEEL WIRE WELDED TO 1-1/4 ť X 1/8 ť STEEL FRAME. 2 ť X 2 ť TUBE STEELED REINFORCED POSTS WITH 4 ť X 2 ť WELDED BASE. HEIGHT 7 ™. 16 ™ WIDE X 10 ™ DEEP WITH 3 ™ X 7 ™ SWING GATES. CAGES MUST HAVE CEILING. CAGES MUST HAVE A LATCHING MECHANISM ON THE SECURITY DOOR OF EACH CAGE THAT CLOSES AND CAN ACCOMMODATE A PADLOCK. THE PADLOCKS WILL BE PROVIDED BY THE NAVY. BOLT LESS SHELVING (9 NEEDED PER CAGE) COLOR REQUIRED IS GRAY. 6 ™ HIGH SHELVING UNITS. 72 ť HEIGHT 48 ť WIDE X 24 ť DEEP WITH 3 SHELVES; EACH LEVEL RATED @ 1,000 LB CAPACITIES. Government Delivery Requirements: The Government requires the material under line item 0001 and 0003 to be delivered and installed 2 months ARO. And the material under line item 0002 to be delivered 2 months ARO. If the above required delivery schedule cannot be met contractors must provide an accurate and realistic delivery schedule. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the locations listed in each line item. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Any technical questions are to be directed to: Jose Neto Contract Specialist, US Navy, NAVSUP Fleet Logistics Center San Diego, Code 240, (619)532-4752, Jose.neto@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than 1200 (PST) on September 14, 2011. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. N00244M313 EVALUATION OF OFFERS “USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (ii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is of equal importance as Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate quotes per the criteria stated herein. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (c) By submitting a quote under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on at the end of this provision. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's quote which has no relevant past performance history, while rated neutral, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offerors past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offerors past performance. (e) 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. Offeror ™s Past Performance Data: #1 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference #1: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/email: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes* ____ No - Was consideration or a monetary withhold assessed against this contract for nonconforming supplies/services? k. ___ Yes* ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes* ____ No - Was any warranty work completed on delivered items? m. ___ Yes* ____ No - Were all items delivered within the original contract schedule? n. ___ Yes* ____ No - Has your Company received any quality awards in the past three year? Offeror ™s Past Performance Data: #2 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference #2: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/ email: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes* ____ No - Was consideration or a monetary withhold assessed against this contract for nonconforming supplies/services? k. ___ Yes* ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes* ____ No - Was any warranty work completed on delivered items? m. ___ Yes* ____ No - Were all items delivered within the original contract schedule? n. ___ Yes* ____ No - Has your Company received any quality awards in the past three year? Offeror ™s Past Performance Data: #3 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference #3: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/ email: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes* ____ No - Was consideration or a monetary withhold assessed against this contract for nonconforming supplies/services? k. ___ Yes* ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes* ____ No - Was any warranty work completed on delivered items? m. ___ Yes* ____ No - Were all items delivered within the original contract schedule? n. ___ Yes* ____ No - Has your Company received any quality awards in the past three year? FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation).FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 “ Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.243-1 Changes ”Fixed Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. 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 including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 NAVSUP Clause 5252.232-9402 Wide Area Work Flow; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 śCentral Contractor Registration ť (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contract Specialist via email: Jose.neto@navy.mil. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: Jose.neto@navy.mil or 619-532-1088 fax. He may be reached directly at (619) 532-4752. Reference solicitation number: N00244-11-T-0585 on all documents and requests for information. Quotes must be received no later than COB 1300 (PST) on September 16, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0585/listing.html)
- Record
- SN02570023-W 20110911/110910000501-dec86150f803b40f3be62ff57d396410 (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 |