SOLICITATION NOTICE
W -- Lease or Rental of Service and Trade Equipment
- Notice Date
- 7/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- 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
- N0060412T3159
- Response Due
- 7/23/2012
- Archive Date
- 8/7/2012
- Point of Contact
- Ryan Fernandez 808-473-7921
- E-Mail Address
-
ryan.fernandez@navy.mil
(ryan.fernandez@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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 as supplemented with the additional information included in this notice. Award will be conducted under the procedures and provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00604-12-T-3159. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-58 and DFARS Change Notice 20120629. It is the offerors ™ responsibility 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 561920, and the Small Business Standard is $7.0M. This is a 100% Small Business Set-Aside. All offerors providing quotes are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Regional Contracting Department, NAVSUP Fleet Logistics Center Pearl Harbor, requests responses from qualified sources capable of providing, delivering, setting-up, and picking-up equipment for a reception ceremony in accordance with the attached Performance Work Statement. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - 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, including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside 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 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-36, Payment by Third Party Offerors shall include a completed copy of 52.212-3 and ALT I. Additional DFARS contract terms and conditions applicable to this procurement are: 252.204-7003, Control Of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration Alternate A 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.247-7023, Transportation of Supplies by Sea, Alternate III 252.223-7001, Hazard Warning Labels 252.232-7010, Levies on Contract Payments This announcement will close and quotes are due at 08:00 AM, Hawaii Standard Time on July 23, 2012. Qualified, responsible offerors may submit quotes to the Contract Specialist, Ryan Fernandez via email at ryan.fernandez@navy.mil. Questions for clarification on this solicitation must be submitted no later than 1:00 PM, Hawaii Standard Time on July 20, 2012. Procedures in FAR 13.106 are applicable to this procurement. Contract award will be based on lowest price technically acceptable. Central Contractor Registration (CCR). Offerors 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 unit and total price with performance period, 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 offeror to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3159/listing.html)
- Record
- SN02806585-W 20120720/120718234735-a645fb7d32229d69bfb5ff3340be0418 (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 |