Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
SOLICITATION NOTICE

17 -- Foreign Object Damage (FOD) Airfield Sweeper Assembly

Notice Date
6/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T0877
 
Response Due
6/28/2002
 
Archive Date
7/28/2002
 
Point of Contact
Elizabeth A. Walker 619-532-2886 FAX: 619-532-1088
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(elizabeth_a_walker@sd.fisc.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Request for Quotation RFQ N00244-02-T-0877 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and DFAR Change Notices effective through 05/31/2002. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on or after 06-01-98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-8 88-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. The standard industrial code is 3999, the NAICS code is 333999, and the business size standard is 500 employees. This requirement is for a fixed priced contract for six each of the following contract line item. CLIN 0001, Foreign Object Damage (FOD) towable airfield sweeper assembly. Package contains 8 ft. sweeper assembly, debris retention mesh, safety release towing assembly, 2 in. standard two ball adapter (2" ball hitch), carry storage bag, 14 " hitch extender, coupler adapter for use on US Navy tow tractors, and owners manual. Quotes will be ac cepted on a "Brand Name or Equal" basis. The following brand name products are known to be acceptable: 1) FOD BOSS RAPID RESPONSE SPEED SWEEPER, part number BOSS-8 Package. The following salient characteristics are CRITICAL/ESSENTIAL to the Government - a) 8 ft. sweeping width; b) towable with any vehicle; c) portable in order to be easily moved and stored; d) maintenance free - no motors, mechanical, or hydraulic parts; e) will operate at towing speeds up to 25 MPH; and f) will collect a variety of mediums, including ferrous or non-ferrous debris. Quotes are requested on a FOB Destination basis, with required delivery to NAS Lemoore, CA within 30 days of order. The following clauses and provisions apply to this solicitation and to any resulting order: FAR 52.212-1, Instructions to Offerors - Commercial Items. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. FAR 52.212-3, Offer Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses - FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): , FAR 222.21 - Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.f ar or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description for Line Items 0001. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery/availability of product, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on Jun 28, 2002, and will be accepted via fax (619-532-1088) or via e-mail (elizabeth_a_walker@sd.fisc.navy.mil). Quotes submitted as an attachment to e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00097092-W 20020622/020620214128 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.