Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
SOLICITATION NOTICE

61 -- N6319016RC25001 15TG203 SWOS NFLK MAGNETIC WIRE

Notice Date
7/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N0018915TG203
 
Response Due
8/10/2015
 
Archive Date
2/6/2016
 
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
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 N0018915TG203 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 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 332618 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 2015-08-10 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Norfolk, VA 23521 The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following: LI 001: Number 20 Magnetic Wire. Buckets approximately 93 lbs each and not to exceed a quantity of 558 lbs. Not to Exceed. Period or Performance 01 October 2015 to 30 September 2016. Government Pick-Up at Contractor's Facility. TO BE PICKED UP AT VENDORS LOCATION AS NEEDED DURING THE PERIOD OF PERFORMANCE. VENDORS LOCATION MUST BE WITHIN 30 DRIVING MILES OF NAVAL STATION NORFOLK, VA 23511. Sellers must include the following mandatory technical criteria and attachments with their bid to be considered. 1. Actual Driving Mileage from Seller's facility to Naval Station Norfolk, VA 23511. 2. Complete, Sign, and Return Attached DFAR 252.209-7992 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 (Deviation 2014-OO0005)(Dec 2014). 3. Complete, Sign, and Return attached DFAR 252.203-7998 Prohibition on Contracting with Entities that require certain Internal Confidentiality Agreements-Representation Deviation 2015-o0010)(Feb 2015). 4 Complete, Sign, and return DFAR 252.225-7000 Buy America Balance of Payments Program-Certificate (Jan 2014). Sellers must enter the name of the country that the safety shoes and safety boots provided within this requirement are manufactured. Do Not Leave Blank., 558, POUND; LI 002: Number 21 Magnetic Wire. Buckets approximately 93 lbs. each and not to exceed a quantity of 186 lbs. Period or Performance 01 October 2015 to 30 September 2016. TO BE PICKED UP AT VENDORS LOCATION AS NEEDED DURING THE PERIOD OF PERFORMANCE. VENDORS LOCATION MUST BE WITHIN 30 DRIVING MILES OF NAVAL STATION NORFOLK, VA 23511. Sellers must include the following mandatory technical criteria and attachments with their bid to be considered. 1. Actual Driving Mileage from Seller's facility to Naval Station Norfolk, VA 23511. 2. Complete, Sign, and Return Attached DFAR 252.209-7992 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 (Deviation 2014-OO0005)(Dec 2014). 3. Complete, Sign, and Return attached DFAR 252.203-7998 Prohibition on Contracting with Entities that require certain Internal Confidentiality Agreements-Representation Deviation 2015-o0010)(Feb 2015). 4 Complete, Sign, and return DFAR 252.225-7000 Buy America Balance of Payments Program-Certificate (Jan 2014). Sellers must enter the name of the country that the safety shoes and safety boots provided within this requirement are manufactured. Do Not Leave Blank., 186, POUND; 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, FLC Norfolk - Groton 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. FLC Norfolk - Groton 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 332618 and the Small Business Standard is 100% Total Small Business Set-Aside. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) System for Award Management Jul 2013 System for Award Management Maintenance Jul 2013 Instructions to Offerors-Commercial Items Apr 2014 Offeror Representations and Certifications--Commercial Items (MAR 2015) Alternate I OCT 2014 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 System for Award Management Alternate A FEB 2014 Safeguarding of Unclassified Controlled Technical Information NOV 2013 Disclosure of Information to Litigation Support Contractors FEB 2014 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2012 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAY 201 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (DEC 2012) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS?REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) 5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915TG203/listing.html)
 
Place of Performance
Address: Norfolk, VA 23521
Zip Code: 23521
 
Record
SN03817308-W 20150801/150731000059-4dc616f35b0daafff795852b95766775 (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.