Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
SOLICITATION NOTICE

W -- Rental of trailers

Notice Date
9/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-02-T-B520
 
Point of Contact
Mary Wardwell, Contract Specialist, Phone 808-474-4100, Fax 808-474-5223,
 
E-Mail Address
mary_k_wardwell@pearl.fisc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional Information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00604-02-T-B520 applies and is issued as a Request for Quotations. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and Defense Change Notice 20020730. The NAIC is 53212 and the business size standard is $5.0 million. This requirement is for a fixed price contract. Rental of eleven each office trailers as follow: 5 each 10 by 32 ft trailers; 2 each 10 by 42 ft trailers; 2 each 10 by 52 ft trailers; and 1 each 12 by 56 ft trailers. Period of performance is 1 October 2002 - 30 September 2003. Trailers are used at Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii. Quotations are solicited on an FOB Destination basis. Resulting order shall include provisions for lease with option to purchase. Sole source negotiations shall be conducted with Hawaii Modular Space. Trailers are currently installed and being rented from this company and it is not economically feasible in terms of deinstallation/reinstallation costs and loss of Government personnel manhours to transition from one contractor to another. Each CLIN is to be quoted on a fixed price basis. Inspection and Acceptance shall be made at destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest overall price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable. Offerors are required to complete and include a copy of the following provisions and clauses with their quotes (copies may be obtained from http://farsite.hill.af.mil or from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252-225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provision: FAR 52.215-5, Facsimile Proposals. The clause at 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 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 29 November 2000. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201C), 667 Safeguard Street, Suite 100, Pearl Harbor, Hawaii 96860-5330. Facsimile proposals will be accepted at 808/474-5223. E-mail quotes may be addressed to Mary_K_Wardwell@pearl.fisc.navy.mil.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN00164882-W 20020914/020912213815 (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.