Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
MODIFICATION

81 -- OPEN SIDE CONTAINERS

Notice Date
3/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0119
 
Archive Date
3/30/2012
 
Point of Contact
Andrea K Buck, Phone: 7578932723
 
E-Mail Address
andrea.buck@vb.socom.mil
(andrea.buck@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of Amendment 0001 is to extend the RFQ due date from 8:00 A.M Eastern Standard time (EST) on 13 February 2012 to 3:00 P.M. Eastern Standard Time (EST) on 15 March 2012. This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0119, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 July 2011. This procurement is small business set-aside and the associated North American Industrial Classification Code (NAICS) code is 332312 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN Description Quantity Unit of Issue 0001 20 FT OPEN SIDE CONTAINER; 4 EACH LONG SIDE OF CONTAINER HAS HAS DOORS THAT OPEN ALLOWING ACCESS TO THE ENTIRE LENGTH COLOR: TAN Delivery date: 30 DAYS ARO Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.204-10 FAR 52.209-6 Reporting Executive Compensation and First-Tier Subcontract Awards Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Jul 2010 Dec 2010 FAR 52.211-14 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Alt 1 Changes - Fixed Price Alternate 1 (Apr 1984) Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252.204-7003 Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Control of Government Personnel Work Product Sep 2011 Jan 2009 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Dec 2011 DFARS 252.225-7000 DFARS 252.225-7001 DFARS 252.232-7010 Buy American Act-Balance of Payments Program Certificate Buy American Act and Balance of Payments Program Levies on Contract Payments Dec 2009 Oct 2011 Dec 2006 DFARS 252.243-7002 DFARS 252.247-7023 Requests for Equitable Adjustments Transportation of Supplies by Sea Alt III Mar 1998 May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 Evaluation--Commercial Items Jan 1999 (a) The Government will 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 in descending order of importance: (1)Technical ability to meet specifications, (2) past performance and (3) price. The offeror shall provide the details to describe how it meets the technical specifications for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. The offeror must submit relevant and current past performance in for the requirement described in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Nov 2011 Items (Apr 2011) - Alternate 1 FAR 52.212-5 Deviation Contract Terms And Conditions Required To Implement Aug 2011 Statutes Or Executive Orders--Commercial Items Deviation FAR 52.217-8 Option to Extend Services Nov 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months. FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: LT Andrea Buck, Contract Specialist; Email address: andrea.buck@vb.socom.mil. Quotes must be received no later than 3:00 P.M. Eastern Standard Time (EST) on 15 March 2012. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government. Quotes shall identify the quantity, unit price, and extended price inclusive of travel, labor, and other direct costs. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: LT Andrea Buck, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is LT Andrea Buck at andrea.buck@vb.socom.mil or phone (757) 893-2723 or fax to (757) 893-2957.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0119/listing.html)
 
Record
SN02688316-W 20120304/120302235246-35c503018e4701f77cd352cb76129830 (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.