Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

42 -- 4210-Fire Fighting Equipment

Notice Date
9/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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
N0060415T3160
 
Response Due
9/17/2015
 
Archive Date
10/2/2015
 
Point of Contact
KALANI WATSON 808-473-7502
 
Small Business Set-Aside
N/A
 
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 N00604-15-T-3160. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Publication Notice 20150826. 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/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 339113 and the Small Business Standard is 500 EMPLOYEES. The proposed contract action is for a brand name only (ATTACHMENT I SOLE SOURCE). In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The brand name and model number of the product(s) are: Scott Safety, REG ASSY 2013 CBRN QK CONN and Scott Safety, AV-3000 EPIC COMM. BRACKET The NAVSUP Fleet Logistic Center Pearl Harbor Regional Contracting Department intends to award a firm fixed price contract and requests responses from qualified sources capable of providing: CLIN 0001(100 EACH) SCOTT SAFETY, REG ASSYEMBLY 2013 CBRN QK CONNECT CLIN 0002 (20 EACH) SCOTT SAFETY, AV-3000 EPIC COMMUNICATION BRACKET Delivery is 30 DAYS ARO; Delivery Location is: FEDERAL FIRE DEPARTMEN; 650 CENTER DRIVE, BLDG 284; PEARL HARBOR, HI 96860. Responsibility and Inspection: The supplier is responsible for the performance of all inspection requirements and quality control, unless otherwise specified in the order. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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. 52.219-28 Post Award Small Business Program Re-representation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “ Reps and Certs 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Representation Regarding Conviction of a Felony 252.203-7999 Representation by Corporations Regarding and Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 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 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Solicitation provision 52.252-1 and clause 52.252-2 notifies the offeror/contractor that one or more provisions/clauses are incorporated by reference and, upon request, the contracting officer will make their full text available. The solicitation provision/clause also includes a statement that the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil/VFFARa.htm Quoters are reminded to include a completed copy of ATTACHMENT II 52.212-3 and it ™s ALT I as well as ATTACHMENT III 252.-203-7992 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 1300 HRS HAWAII TIME on THURSDAY, SEPTEMBER, 17TH, 2015. Contact KALANI WATSON who can be reached at (808) 473-7502 or email kalani.watson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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 and technically acceptability. 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 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/N0060415T3160/listing.html)
 
Record
SN03884149-W 20150916/150914235044-b9e67d05598769f1d0de3a5b552b01b1 (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.