Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

45 -- Purchase of 4 EA completely assembled Air Curtain Burner Incinerators with 4 EA Ash Rake Accessories for Commander Navy Region Hawaii delivered FOB Destination to Honolulu Harbor, HI

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
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
N0060414T3097
 
Response Due
9/19/2014
 
Archive Date
10/4/2014
 
Point of Contact
Tom McLain 808-473-7582 Ealine Carmody 808-473-7531
 
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 (https://www.neco.navy.mil/). The RFQ number is N00604-14-T-3097. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Publication Notice 20140805. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333994 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center, Pearl Harbor requests Firm Fixed Price Quote responses from qualified sources capable of providing: CLINDescriptionQuantity/UI DeliveryUnit Price 0001Air Curtain Burner Incinerators and Ash Rake Accessory. (See Attachment 1 Salient Characteristics)1 EA (1st of 4)Delivery Location: Honolulu Harbor Hawaii. Delivery terms: FOB Destination applies. Delivery of 1st of 4 units 60 days ARO $ 0002Air Curtain Burner Incinerators and Ash Rake Accessory. (See Attachment 1 Salient Characteristics)1 EA (2nd of 4)Delivery Location: Honolulu Harbor Hawaii. Delivery terms: FOB Destination applies. Delivery of 1st of 4 units 60 days ARO$ 0003Air Curtain Burner Incinerators and Ash Rake Accessory. (See Attachment 1 Salient Characteristics)1 EA (3rd of 4)Delivery Location: Honolulu Harbor Hawaii. Delivery terms: FOB Destination applies. Delivery of 1st of 4 units 60 days ARO$ 0004Air Curtain Burner Incinerators and Ash Rake Accessory. (See Attachment 1 Salient Characteristics)1 EA (4th of 4)Delivery Location: Honolulu Harbor Hawaii. Delivery terms: FOB Destination applies. Delivery of 1st of 4 units 60 days ARO$ Procedures in FAR 13.106 are 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 Acceptability, Delivery time frame and satisfactory Past Performance as rated in the Past Performance Information Retrieval System (PPIRS). Where there is no rating of past performance in PPIRS the rating shall be evaluated as neutral. CLIN ™s are structured accordingly for providing quote, and to facilitate invoicing and payment upon delivery and acceptance of each unit delivered. Units shall arrive completely assembled, and ready for immediate use. Quoters shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1) A completed copy of 52.212-3 and its ALT I (Attachment 2) addressing para (b) for changes if already filing electronically in the System for Award Management (SAM). 2) DFARS 252.209-7993 (Attachment 3) Unpaid Delinquent Tax Liability provision. Delivery terms are FOB Destination; Delivery Location is Honolulu Harbor, Hawaii FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The following FAR provisions and clauses are applicable to this procurement: 52.203-3, Gratuities 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 and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.222-50, Combating Trafficking Persons 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions of Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34, FOB Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) 52.233-2 -- Service of Protest. As prescribed in 33.106, insert the following provision: Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ms. Elaine Carmody, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000, Requirements Relating To Compensation of Former DoD Officials 252.203-7005, Representation Relating To Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.204-7003, Control for Government Personnel Work Product 252.204-7004, Alt A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7011, Alternative Line Item Structure 252.204-7015, Disclosure of Information To Litigation Support Contractors 252.211-7003, Item Unique Identification and Valuation 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7012, Preference for Certain Commodities 252.225-7020, Trade Agreements Certificate 252.225-7021, Trade Agreements 252.232-7003, Electronic Submission of Payment Requests And Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023, Transportation of Supplies at Sea This announcement will close at 1700 HST on September 19, 2014. Contact Thomas McLain who can be reached at (808) 473-7582 or email thomas.mclain@navy.mil. Oral communications are not acceptable in response to this notice. All responsible Small Business sources may submit a quote which shall be considered by the agency. 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, 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3097/listing.html)
 
Record
SN03472077-W 20140822/140820235114-1e189c586d18bd9b905ecd50a7af8e44 (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.