Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

52 -- Fabrication of Load Test Weight Sled / Cradle - Combined Synopsis / Solicitation - Request for Quotation Package

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Blount Island Command (BIC), 5880 Channelview Blvd Blount Island, Jacksonville, Florida, 32226-3404, United States
 
ZIP Code
32226-3404
 
Solicitation Number
M67004-14-Q-9093
 
Archive Date
9/26/2014
 
Point of Contact
Dennis R. Lisbon, Phone: 9046965195, JoAnna Lovett-Black, Phone: 9046965170
 
E-Mail Address
dennis.lisbon.ctr@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL
(dennis.lisbon.ctr@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation Form Request for Quotation Package Combined Synopsis / Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is M67004-14-Q-9093 and is issued as a Request For Quotes (RFQ) unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 333997. This is a small business set-aside procurement and only qualified firms engaged in scale and balance manufacturing are encouraged to provide an offer. This acquisition is for awarding a contract to fabricate and deliver Load Test Weight Sled / Cradle to be utilized at Blount Island Command (BIC). The contractor shall perform delivery of the sled/cradle FOB Desttination to Blount Island Command, Jacksonville, FL within 180 days after receipt of order. The fabrication of the sled/cradle is to be executed in accordance with the attached drawings and specifications. PRICE QUOTE: All unit prices must be inclusive of FOB Destination (Blount Island Command, Jacksonville, Florida 32226). All price quotes are to be submitted on the attached Request For Quote document herein. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. ADDENDA TO 52.212-1 Instructions to Offerors-Commercial Items. 1. Submission of offers shall be provided in accordance with FAR 52.212-1(b). 2. Offers shall include descriptive literature, pictures and contract specifics on similar load test weight sleds/cradles manufactured to objectively document prior work experience. Failure to include this descriptive literature/information will result in an offer being rendered non-responsive. 3. Past Performance is an evaluation factor in this best value award. In accordance with FAR 52.212-1(b)(10), all offers shall provide a minimum of three (3) references for recent and relevant contracts completed within the past three (3) years that show the offeror's prior experience and past performance in container modification work. Past performance information shall be complete and unambiguous in order for the Government to determine with certainty an offeror's ability to perform the resultant contract. The Government reserves the right to request an on-site visit of the contractor's facilities for verification of any firm's technical abilities to make the required container modifications before making an award. 4. Offerors responding to this solicitation are to submit their offer on the attached Request For Quotation document, which is the formal quote form for this solicitation. All offers shall include in accordance with their standard commercial practices the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) Cage Code, 4) Dun & Bradstreet number, 5) Taxpayer ID number ; 6) Pricing, and Delivery information; and (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov. ADDENDA TO FAR 52.212-2 Evaluation-Commercial Items. Evaluation-Commercial Items (Jan 1999) This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106-2 apply. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: 1. Prior Work Experience in fabricating and delivering load test weight sleds/cradles similar to the ones herein. 2. Technical Capability of the Firm to Meet the Government's Requirements 3. Past Performance. 4. Price. The Government shall evaluate all offers based upon realism and reasonableness. No award will be made to an offer that is determined to have a price that is unrealistic or unreasonable. Prior Work Experience and Technical Capability are the technical factors. The technical and past performance factors, when combined, are more important than price. The Government reserves the right to utilize past performance information other than the information submitted with the offers received in conducting the evaluation. A contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The Government may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. The Government will make a best value award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) Options. There are no options in this solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, and all Addendas applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items, and all Addendas applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. All questions concerning this solicitation are to be submitted in writing via electronic mail to the attention of Dennis Lisbon, Acquisition Specialist (Contractor), at dennis.lisbon.ctr@bic.usmc.mil and JoAnna Lovett-Black, Contracting Officer at joanna.lovett-black@bic.usmc.mil. Telephonic inquiries will not be accepted. The date and time established for receipt of all questions is 4:00 p.m. (Eastern U.S.A. Time) on 8 September 2014. No extensions or consideration shall be given for inquiries or questions received after 4:00 p.m. (Eastern U.S.A. Time) on 8 September 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M67004-14-Q-9093/listing.html)
 
Place of Performance
Address: 5880 Channel View Blvd, Jacksonville, Florida, 32226, United States
Zip Code: 32226
 
Record
SN03496441-W 20140906/140905000103-c5957814bcb8d89af05af7248488d036 (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.