Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
SOLICITATION NOTICE

42 -- SECONDARY CONTAINMENT MATS

Notice Date
2/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM313Q6286
 
Response Due
3/6/2013
 
Archive Date
3/6/2014
 
Point of Contact
MICHAEL SCHESSER 207-438-1931 MICHAEL.R.SCHESSER@NAVY.MIL
 
E-Mail Address
michael.r.schesser@navy.mil
(michael.r.schesser@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 under the test program for commercial items found at FAR 13.5, 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 SPMYM3-13-Q-6286. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-65 and DFARS Change Notice 20121231. 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 339999 and the Small Business Standard is 500 (employees). This is a 100% Small Business Set-Aside. DLA Maritime ”Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001: Secondary containment 12 ™ W X 24 ™ L with 2 ¯ high spill containment lip. Min. capacity of 360 gal; non-slip working / walking surface; manufactured from nonmetallic puncture and abrasion resistant material; outer edge beveled to eliminate trip hazard; compatible with petroleum, hydrocarbons and mild aggressive fluids. Quantity: 3 EA Price: ________________ Delivery: _____________ CLIN 0002: 10 ™ W X 20 ™ L with 2 ¯ high containment lip. Min. capacity of 250 gal in the event of a release; must be puncture and abrasion resistant; constructed of metal or non-metallic material; and be compatible with petroleum products, hydrocarbons and mild aggressive fluid. Quantity: 8 EA Price: ________________ Delivery: _____________ NOTE: Secondary spill containment mats to be used at an outdoor hazardous waste hazardous material storage area. Area has heavy floor traffic making tripping and damage to containments a concern. Area houses various sized containers with a total volume of less than 250 gallons. The mats must comply with spill prevention, control, and countermeasure rule (SPCC); storm water pollution prevention (SWPP), best management practices (BMP; California code Title 22, Division 4.5. Offerors to provide technical data to demonstrate compliance for government review / evaluation. Whereas this is a Small Business Setaside, offerors must be aware of the nonmanufacturer ™s rule, FAR 19.502-2 (c). If offering another vendor ™s product, offerors should be prepared to provide evidence to show the vendor whose product is being offered is also a small business. Delivery is within 45 days or best possible. Delivery location is Portsmouth Naval Shipyard, ATTN: Zach Harris, C/O: Naval Base Point Loma; PNS Detachment San Diego, CSS-11, T-Shed; 140 Sylvester Rd.; San Diego, CA 92106; Tel: 619-572-9339. Please provide FOB Delivered / Destination prices. Responsibility and Inspection: 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: 52.204-7, System for Award Management Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions “ Commercial Items 52.215-9023, Reverse Auction 52.223-11, Ozone Depleting Substances 52.233-1, Disputes 52.243-1, Changes Fixed Price 52.252-2, Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A Central Contractor Registration Alternate A 252.204-7008, Export Controlled Items 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation, 52.209-6 Protecting the Government ™s Interest when subcontracting with contractors debarred, suspended or proposed for debarment, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor “ Cooperation with Authorities and Remedies, 52.221-21 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 Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. It is the Government ™s intent to perform reverse auctioning on this requirement. DLAD provision 52.215-9023 applies Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 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, 252.225-7036 Alt I Buy American Act -Free Trade- Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Alt III Transportation of Supplies by Sea. This announcement will close at 4:00 on March 6, 2013. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or at email: michael.r.schesser@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. METHOD OF PROPOSAL SUBMISSION: The NECO website has a submit button next to the solicitation number. DO NOT use the bid button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. Emailed quotations will not be considered for award. Questions must be faxed to 207-438-1251. 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/. Wide Area Workflow (WAWF). Quoters must be registered in WAWF to be considered for award unless the government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and / or if quoter accepts payment by Government Purchase Card. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government ™s requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31e22d98b3b32aba1d21f45c961fadeb)
 
Place of Performance
Address: Portsmouth Naval Shipyard
Zip Code: Zach Harris
 
Record
SN02995265-W 20130227/130225234446-31e22d98b3b32aba1d21f45c961fadeb (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.