Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

42 -- MSA FIREHAWK SCBA

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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
N0060411T3235
 
Response Due
9/19/2011
 
Archive Date
9/20/2011
 
Point of Contact
Kyong Yu 808-473-7967
 
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, 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-3235. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110916. 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 339113 and the Small Business Standard is 500 employees. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source to PACIFIC ISLE INDUSTRIAL SUPLY LLC under the authority of FAR 6.302-1. Please see attached Justification for Sole Source with Letter from MSA. 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 proposals received within three (3) days after the date of publication of this synopsis 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 NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following: ITEM 0001: MSA SELF CONTAINED BREATHING APPARATUS QUANTITY: 2, UNIT OF ISSUE: EACH To include the following: 2216 Air Mask Double w/Chest Strap Harness Assembly Swivel Lumbar Pad 30 Min Carbon 2216 PTC MMR Regulator Ultra Elite Med Facepiece Med Nosecup Speed-On w/Neck Strap Head Harness Pressure Gauge Hard Case TECHNICAL POC: Phashaun McCrary (808-448-9264) ITEM 0002: FLOWTEST QUANTITY: 15, UNIT OF ISSUE: EACH FlowTest Annual Requirement for ITEM 0001 TECHNICAL POC: Phashaun McCrary (808-448-9264) ITEM 0002: HYDRO STATIC TESTING OF CYLINDERS QUANTITY: 3, UNIT OF ISSUE: EACH Hydro Static Testing of Cylinders every 5 years for ITEM 0001 TECHNICAL POC: Phashaun McCrary (808-448-9264) Delivery shall be October 11, 2011. If the required delivery date cannot be met, an alternate schedule may be considered. Delivery location shall be at NAVFAC Hawaii, Bldg 2035, Hangar 11, 500 Hangar Avenue, Hickam AFB, HI 96853. Method of payment is by Government Purchase Card. 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; Quoters shall include a completed copy of 52.212-3 and all its ALT I with quotes. 52.212-4, Contract Terms and Conditions “ Commercial Items (Jun 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-19, Child Labor ”Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7008, Export-Controlled 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 Programs; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III (MAY 2002); DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7000, Buy American Act “ Balance of Payments Program Certificate (Dec 2009); DFARS 252.232-7010, Levies on Contract Payments; This announcement will close at 4:00 p.m. Hawaii Standard Time on September 19, 2011. Contact Kyong Yu who can be reached at (808) 473-7967 or email kyong.yu@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. 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 price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3235/listing.html)
 
Place of Performance
Address: NAVFAC, BLDG 2035, HANGAR 11
Zip Code: 500 HANGAR AVENUE, HICKAM AFB, HAWAII
 
Record
SN02579613-W 20110918/110916235227-af96e6a38470648d6534794fb105f16a (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.