Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2013 FBO #4325
MODIFICATION

20 -- Marine Covers - Questions and Answers - amended 9-25-13

Notice Date
9/25/2013
 
Notice Type
Modification/Amendment
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, CODE 200, 1968 GILBERT STREET, SUITE 600, NORFOLK, Virginia, 23511-3392, United States
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-13-T-0353
 
Archive Date
11/30/2013
 
Point of Contact
Arijit Monti Dutta, Phone: 7574431330
 
E-Mail Address
monti.dutta@navy.mil
(monti.dutta@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers - amended 9-25-13 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 FEDBIZOPPS. The RFQ number is N00189-13-T-0353. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130909. 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 314910 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Beachmaster Unit Two requests responses from qualified sources capable of providing: Covers shall be made of "coastguard type" material, which is a lightweight, durable and breathable fabric. The fitted covers will be used for Lighter, Amphibious Resupply Cargo Vehicles (LARCs). The required color is tan. Required dimensions for each cover are 10.5 feet wide X 38 feet long and 4.5 feet down the side. The canvas will be reinforced around the exhaust with a support rod in the center. Bungee cord is needed on the bottom with grommets so the canvas can be secured underneath the LARC. Total quantity needed: 12 covers. Required delivery date is by October 15, 2013. FOB Destination applies. Delivery Location: is Supply Officer, Beachmaster Unit Two, Joint Expeditionary Base Little Creek, 1745 10 th Street, Virginia Beach, VA 23459. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-10, Reporting Executive Compensation and First -Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-18, Availability of Funds 52.247-34, FOB Destination 52.232-36, Payment by Third Party 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs (Dec 2012) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.211-7003 Alt I, Item Identification & Valuation DFARS 252.209-7995 DEV Representation by Corporations Regarding an Unpaid Delinquent Tax Liabiliity...Fiscal Year 2013 Appropriations (Deviation 2013 O0010) (April 2013) DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, (iv) Alt III, Transportation of Supplies by Sea 5252.NS-046P Prospective Contractor Responsibility A mandatory site visit will be held on Monday, September 23, 2013 from 9 AM to 11 AM at: Beachmaster Unit Two, 1745 10 th Street, Virginia Beach, VA 23459 at Joint Expeditionary Base, Little Creek. Contractors should enter through Gate 4. For base access and access to view the LARCs for the site visit, contact the site visit Points of Contact of either MM1 Eqbuniwe or HTC Lang, who can both be reached at phone number 754-462-8156 or via email at dereck.egbuniwe@navy.m il or michelle.lang1@navy.mil. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of the following factors: price, technical acceptability and delivery timeframe. 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/. This announcement will close at 12:00 PM on Wednesday, September 25, 2013. Contact Monti Dutta who can be reached at 757-443-1330 or email at monti.dutta@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources must electronically submit a quote by the announcement closing deadline for consideration by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quotes shall be submitted to Monti Dutta by email at monti.dutta@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-13-T-0353/listing.html)
 
Place of Performance
Address: Beachmaster Unit Two, Joint Expeditionary Base Little Creek, 1745 10th Street, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN03203077-W 20130927/130926000311-33077e4fc4a78e2ae43fb889da9f7ef3 (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.