Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
MODIFICATION

44 -- Oven; walk-in, electric powered combination air flow

Notice Date
12/19/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
NSWCCD, Code 42, 9500 MacArthur Blvd,, West Bethesda, MD 20817
 
ZIP Code
20817
 
Solicitation Number
N0016715T0019
 
Response Due
1/9/2015
 
Archive Date
7/8/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 N0016715T0019 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-01-09 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be West Bethesda, MD 20817 The NAVSEA NSWC - Carderock requires the following items, Brand Name or Equal, to the following: LI 001: Oven, Walk-in Combination Air Flow, Electric Powered (NOT GAS). Brand Name or Equivalent to a GRIEVE, Mdl WTC7127-500 w/options., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA NSWC - Carderock intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA NSWC - Carderock is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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, applies to this acquisition; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I - 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, and the following clauses in paragraph (b): 52.204-10, 52.219-28; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-7 "Security Requirements"; 52.204-13 "System for Award Management Maintenance"; 52.211-15 "Defense Priority and Allocation Requirements"; 252.203-7000 "Requirements Relating to Compensation of Former DOD Officials"; 252.204-7004 Alt A "System for Award Management"; 252.225-7000 "Buy American - Balance of Payments Program Certificate"; 252.225-7001 "Buy American and Balance of Payments Program"; 252.232-7003 "Electronic Submission of Payment Requests and Receiving Reports"; 252.232-7010 "Levies on Contract Payments"; 252.247-7023 Alt III "Transportation of Supplies by Sea Alternate III"; 252.232-7006 "Wide Area Workflow Payment Instructions"; 252.211-7003 "Item Identification and Valuation"(applies if unit cost is greater than $5,000);. The full text of the referenced DFARS and FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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, applies to this acquisition; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I - 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, and the following clauses in paragraph (b): 52.204-10, 52.219-28; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-7 "Security Requirements"; 52.204-13 "System for Award Management Maintenance"; 52.211-15 "Defense Priority and Allocation Requirements"; 252.203-7000 "Requirements Relating to Compensation of Former DOD Officials"; 252.204-7004 Alt A "System for Award Management"; 252.225-7000 "Buy American - Balance of Payments Program Certificate"; 252.225-7001 "Buy American and Balance of Payments Program"; 252.232-7003 "Electronic Submission of Payment Requests and Receiving Reports"; 252.232-7010 "Levies on Contract Payments"; 252.247-7023 Alt III "Transportation of Supplies by Sea Alternate III"; 252.232-7006 "Wide Area Workflow Payment Instructions"; 252.211-7003 "Item Identification and Valuation"(applies if unit cost is greater than $5,000);. The full text of the referenced DFARS and FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.219-6 "Notice of Small Business Set-Aside" applies to this RFQ. Small Business Size Standard is 500 employees under NAICS 333994; 100% set aside for small business. Inspect at Destination by the Government; Accept at Destination by the Government. Low Price Technically Acceptable Delivery Required by 90 Days. See Attachment New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, it may do so through the SAM website at http://www.sam.gov. Net 30 Days Required. All Questions shall be submitted 48 hours prior to close of the RFQ. 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, applies to this acquisition; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I - 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, and the following clauses in paragraph (b): 52.204-10, 52.219-28; 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N0016715T0019/listing.html)
 
Place of Performance
Address: West Bethesda, MD 20817
Zip Code: 20817
 
Record
SN03601248-W 20141221/141219234716-6a52e8a89666eed39335076d975741ba (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.