Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2003 FBO #0603
MODIFICATION

54 -- NAVAIR Professional Recruitment Recruiting Displays

Notice Date
7/23/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-T-0193
 
Response Due
8/8/2003
 
Archive Date
8/23/2003
 
Point of Contact
Hazel Barnes, Contract Specialist, Phone (301) 757-6537, Fax 301-757-6516, - Miriam Bonk, Contract Team Lead, Phone (301) 757 6531, Fax 301-757-6516,
 
E-Mail Address
barneshm@navair.navy.mil, bonkme@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number N00421-03-T-0193 is hereby issued as a Request for Quotation (RFQ). The solicitation document and the applicable clauses and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-10. This action is 100% set-aside for small business. The NAICS code is 541430 with a small business size standard of $6 million. An offeror which proposes to furnish a product which it itself did not manufacture, is deemed to be a small business when it has no more than 500 employees and proposes to furnish the product of a small business manufacturer or producer, whose end product is manufactured or produced in the United States. This will be a Firm-Fixed Price contract. The following items are required, and their minimum requirements are as follows: (21 each) Table-top (6 ft curved) display systems with light, color: black carpet background, dimensions 62" high x 76" wide, (21 each) Table top hard or soft cover cases, (21 each) Table covers with logo, color: black, dimensions 8 ft table covers with logo one side, (19 each)(which includes 76 retractable panels) Banner stand sets (4-viral retractable graphic panels in each), dimensions one banner stand is 78" high x 36" wide (live graphic area is 35.75" wide by 78" high) with silver base, (19 each) Hard cover cases with wheels for banner stand display systems, and (10 each) Trade show literature stands, color: silver, dimensions 61" high. The Artwork will be provided in the format that the vendor requires in order to meet graphics and hardware specifications. NOTE: 1 banner stand set is 4-panels of vinyl retractable graphics that make up entire booth image. All items shall be delivered within 45 days after contract award. Earlier delivery is acceptable and desirable at no additional cost to the Government. Deliveries shall be made FOB Destination to Cherry Point, NC; Orlando, Fl; North Island, CA; China Lake, CA; Jacksonville, FL; Lakehurst, NJ; and Patuxent River, MD. Inspection and Acceptance shall be at destination. FAR 52.212-1 Instructions to Offerors - Commercial Items (Aug 1998) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) does not apply to this acquisition. In lieu, the following information will be used for evaluation of quotes (1) Evaluation and Award shall be based on the lowest price for a product that is in acceptance with the salient characteristics (refer to DFARS 252.211-7003) and (2) Due to the interrelationship of supplies to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Feb 1999) with its proposal. FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 1998) is incorporated by reference, for paragraph (b) the following clauses apply: 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Viet Nam Era (38 U.S.C. 4212). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 1999) is incorporated by reference, however, for paragraph (b) only the following DFARS clause applies: 252.225-7001 Buy American Act and Balance of Payment Program. This is a DO rated contract. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Quotes are due to Hazel Barnes, Code 251822, Contract Competency Division, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division, 21983 Bundy Road, Bldg 441, Patuxent River, Maryland 20670-5304 by 3:00 p.m. eastern time 8 August 2003. For information regarding this solicitation contact Hazel Barnes at (301)757-6537. For copies of FAR provision 52.212-3 and DFARS provision 252.211-7000 fax your request to Hazel Barnes (301)757-8959. All responsible sources may submit a quote which shall be considered by the agency. The purpose of this amendment to N00421-03-T-0193 combined solicitation/synopsis is to offer a price premium for earlier delivery and to include inspection of first article prior to first production. FAR clauses 16.402-4 Structuring multiple-incentive contracts and 52.246-2 Inspection of Supplies--Fixed-Price apply. All other requirements of the solicitation remain the same as a result of this amendment
 
Record
SN00380010-W 20030725/030723215340 (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.