Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

39 -- ADJUSTABLE SHELVES

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0338
 
Response Due
9/11/2012
 
Archive Date
9/26/2012
 
Point of Contact
Adrian Porras (619) 556-9458 Please refer to 'Description' section
 
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 (SAP), 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 Request for Quote (RFQ) number is N00244-12-T-0338. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS DPN 20110606. 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 the following addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The applicable NAICS code is 337215 and the Small Business Standard is 500 employees. The proposed purchase order is 100% set aside for small business concerns. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) requests responses from qualified sources capable of providing the requirement based on the design of drawing MFBFN1008C to be obtained upon request by e-mail to Adrian.Porras@navy.mil by NLT COB 6 September 2012. FLCSD requires the following items: CLIN 001, Adjustable Shelves, three hundred (300), EA; CLIN 002, First Article Test Sample, one (1) ”required prior to manufacturing total quantity, EA; Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All transportation charges to be paid by the Contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Vendor quotes that do not include sufficient data for determining technical capability will be determined unacceptable and not considered for award. Post-award contract administration will be performed by FLCSD. Payment shall be made via Electronic Funds Transfer (EFT). The following FAR provisions are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Submission of quote represents the item adheres to all factors listed in this solicitation. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. 52.252-1 Solicitation Provisions Incorporated by Reference The following FAR clauses are applicable to this procurement (all clauses shall be incorporated by reference in the order provided below): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) 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: 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1, Buy American Act ”Supplies (Feb 2009) (41 U.S.C. 10a-10d) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.247-34 F.o.b. Destination 52.252-2 Clauses Incorporated by Reference The following DFARS clauses are applicable to this procurement (all clauses shall be incorporated by reference in the order provided below): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2012) 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83, E.O. 10582) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) Alternate III (MAY 2002) of 252.247-7023. NDZL331, Review of Agency Protests NDZL332, Unit Prices NDZL333, Non-Navy Owned Cranes TECHNICAL QUESTIONS Questions shall be submitted to the Contracting Office point of contact (POC) for this requirement. The Contract Specialist assigned to this buy is Adrian A. Porras, who may be reached at Adrian.Porras@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All questions shall be received NLT COB on 6 September 2012. Any questions that are not submitted by email and do not contain the solicitation number or are submitted after the date specified above will not receive a response. SUBMISSION REQUIREMENTS All quotes shall be submitted to the same email address as labeled above NLT COB 11 September 2012. Oral communications are not acceptable in response to this notice. All quotes shall contain the applicable requested information labeled in this notice. Any quotes that are submitted in another fashion or after the date may be deemed as unacceptable and may not be considered for award. SYSTEM FOR AWARD MANAGEMENT (SAM) Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size. Quotes over 10 pages in total will not be accepted. 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/200/N0024412T0338/listing.html)
 
Record
SN02865848-W 20120906/120904235513-835184e072fea0b09c79e22f39e13062 (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.