Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
SOLICITATION NOTICE

81 -- CONEX BOXES - Attachment 1

Notice Date
12/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM3-16-Q-8011
 
Archive Date
12/23/2015
 
Point of Contact
Jennifer Robinson, Phone: 2074385697
 
E-Mail Address
Jennifer.L.Robinson@navy.mil
(Jennifer.L.Robinson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 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 ( https://www.fbo.gov/ ). The RFQ number is SPMYM3-16-Q-8011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20151130. 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 332439 and the Small Business Standard is 500 Employees. This requirement has a 100% Small Business Set-Aside. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: *** Offers can be emailed or faxed to 207-438-2452.*** CLIN 0001: CLIN 0001: CONEX Box Office 20' CONEX Full Office Manufactured IAW FAR 25.101 41 U.S.C. 431. All items provided IAW "980 Specifications for Purchasing Portable Units" Specifications per Attachment 1. Clause C500 (Mercury Exclusion) applies. This procurement will be awarded on an all or none basis. Delivery Location is: Naval Sub Base Point Loma N39040, 140 Sylvester Road, Bldg. 511-T-shed, San Diego, CA 92106. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR, DFAR, and DLAD provisions and clauses are applicable to this procurement. 52.204-7 - Central Contractor Registration 52.204-13 - SAM Maintenance 52.211-14 - Notice of Priority Rating 52.211-15 - Defense Priority And Allocation Requirements 52.211-17 - Delivery of Excess Quantities 52.211-9014 - Contractor Retention of Traceability Documentation 52.212-1 - Instructions to Offerors - Commercial Items; 52.212-4 - Contract Terms and Conditions - Commercial Items 52.223-11 - Ozone Depleting Substances 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-9001 - Disputes: Agreement to Use Alternative Disputes Resolution 52.242-15 - Stop Work Order 52.243-1 - Changes Fixed Price 52.246-1 - Contractor Inspection Requirements 52.246-9039 - Removal of Government Identification from Non Accepted Supplies 52.247-34 - F.O.B-Destination 52.247-9012 - Requirements for Treatment of Wood Packaging Material 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 52.253-1 - Computer Generated Forms 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 Alt (A) - Central Contractor Registration Alternate A 252.204-7008 DEV - Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.223-7008 - Prohibition of Hexavalent Chromium 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.221-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Test Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012 DEV - Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015 - Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999 - Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.225-7001 - Buy American And Balance of Payments Program -- Basic DFARS 252.244-7000 - Subcontracts for Commercial Items DFARS 252.247-7023 - Transportation of Supplies By Sea DLAD Provision: 52.215-9023. A reverse auction may be held for this requirement. This announcement will close at 2:00pm on December 8, 2015. Contact Jennifer Robinson at 207-438-5697 / Jennifer.L.Robinson@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. 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/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in SAM. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-16-Q-8011/listing.html)
 
Place of Performance
Address: San Diego, CA, United States
 
Record
SN03957480-W 20151203/151201234359-a664ea0b3007075ca844835db2ca06e6 (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.