Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

80 -- PAINT: SIGMA

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060403TB138
 
Response Due
8/8/2003
 
Archive Date
9/7/2003
 
Point of Contact
Bernadette S. del Rosario-Simmons 808 474-4100
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends on awarding a single, firm-fixed price contract for the acquisition of the following noted line items. This procurement is 100% set-aside for small business concerns. NAICS Code 325510, 500 employees applies. Award will be conducted under the provisions of FAR Part 12 ? Commercial Item and FAR 13.5 ? Simplified Acquisition Procedures. Please annotate Quote No. N00604-03-T-B138. You are required to submit a completed FAR 52.212-3 Representations and Certifications ? Commercial Items, provided as an attached document, with your quote. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement and attachment. THIS AN NOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION will not be issued. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is being issued as a Request For Quotations (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-14 and DFARS Change Notice 20030603. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a single, firm fixed price contract for: ITEM 0001: PAINT, SIGMA BT EPOXY AQUA TOPCOAT KIT (5404), HIGH SOLID EDGE RETENTIVE, TANK COATING; 1KIT=5GAL; MIL-PRF-23236B; ORD DATA: A) PAINT COATING SYSTEMS, SALT WATER TANKS (METRIC) MIL-PRF-23236B(SH), 11AUG88 W/AMD-2 30APR90 B) TYPE IV C LASS 2 GRADE B, C-D) N/A, E) LEVEL C, F) PER 5.2; CONT?, QTY 225 EACH. ITEM 0001AA: CERTIFICATIONS: CERTIFICATION IS REQUIED AS SPECIFIED IN TRACEABLE OBJECTIVE QUALITY EVIDENCE (OQE). TWO COPIES OF CERTIFICATIONS TO BE SHIPPED WITH MATERIAL, QTY 1 LOT. ITEM 0002: PAINT, SIGMA BT EPOXY PRIMER AMBER KIT (5404), HIGH SOLID EDGE RETENTIVE, TANK COATING; 1KIT=5GAL; MIL-P-23236B; ORD DATA: A) PAINT COATING SYSTEMS, SALT WATER TANKS (METRIC) MIL-P-23236B(SH), 11AUG88 W/AMD-2 30APR90 B) TYPE IV CLASS 2 GRADE B, C-D) N/A, E) LEVEL C, F) PER 5.2 QTY 200 EACH. ITEM 0002AA: CERTIFICATIONS: CERTIFICATION IS REQUIED AS SPECIFIED IN TRACEABLE OBJECTIVE QUALITY EVIDENCE (OQE). TWO COPIES OF CERTIFICATIONS TO BE SHIPPED WITH MATERIAL, QTY 1 LOT. ITEM 0003: PAINT, SIGMA BT EPOXY WHITE KIT (5404), HIGH SOLID EDGE RETENTIVE, TANK COATING; 1KIT=5GAL; MIL-P-23236B; ORD DATA: A) PAINT COATING SYSTEMS, SALT WATER TANKS (METRIC) MIL-P-23236B(SH), 11AUG88 W/AMD-2 30APR90 B) TYPE IV CLASS 2 GRADE B, C-D) N/A, E) LEVEL C, F) PER 5.2; CONT? QTY 140 EACH. ITEM 0003AA: CERTIFICATIONS: CERTIFICATION IS REQUIED AS SPECIFIED IN TRACEABLE OBJECTIVE QUALITY EVIDENCE (OQE). TWO COPIES OF CERTIFICATIONS TO BE SHIPPED WITH MATERIAL, QTY 1 LOT. Hazmat and shelf data information required. QPL 23236-73 dated 16 November 2001 applies to each item. Contact contracting officer to request hard copy of the QPL. Quotes shall be FOB destination. Please state best delivery time on quote. The FSC code is 8010. The NAICS code and the small business size standard for this procurement are 325510 and 500 employees, respectively. All responsible sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contra ctor Registration Database (CCR) to be eligible for Department of Defense Contract awards. 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 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. Also applicable to this requirement are clauses FAR 52.212-4 Contract Terms and Conditions?Commercial Items. The offeror shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications?Commercial I tems. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, includes the following clauses incorporated by reference: FAR 52.212-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.212-26 Equal Opportunity (E.O. 11246), FAR 52.22-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). Other applicable clauses include FAR 52.215-5 Facsimile Proposals, FAR 52.223-3 Hazardous Material Identification and Material Safety Data, DFARS 252.223-7001 Hazard Warning Labels, FAR 52.232-25 Prompt Payment, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items. The following clauses also apply DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.212-7001 Contract terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items. Under this clause, the following is incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a- 10d, E.O. 10582) DFARS 252.225-7012 Preference for Certain Domestic Commodities (10 W.S.C. 2533a), DFARS 252.24 7-7023 Transportation of Supplies by Sea (10 U.S.C. 2631), DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). These clauses may be obtained vial the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html. Other applicable clauses are included in full text in the accompanying electronic attachment to this SYNOPSIS/SOLICITATION. SEE UPLOADED FILE TO SOLICITATION. These include SUP 5252.213-9401 Notice to Prospective Suppliers, and LOCAL Clauses: Hazardous Material, Shelf-Life Items, Traceable Objective Quality Evidence (OQE), Additional CIM Requirements, Source Inspection by the Defense Contract Management Area Operation (DCMA). The offeror shall provide the information required in the Source Inspection by the Defense Contract Management Area Operation (DCMA) clause. REVIEW OF AGENCY PROT EST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33. 103 (d). (b) Pursuant to FAR 33. 103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officer?s decision will not extend GAO?s timeliness requir ements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 10:00 a.m., Hawaii Standard Time, on August 08, 2003. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://web1.deskbook.osd.mil/htmlfiles/forms/DBY_Forms_Standard_Forms_(SF).asp. THE COMPLETED REPRESENTATIONS AND CERTIFICATIONS CLAUSE FAR 52.212-3 MUST ACCOMPANY YOUR QUOTE. Quotes may be mailed to Regional Contracting Department, Fleet and Indus trial Supply Center, Code 202.BS, Attn: Bernadette S. del Rosario-Simmons, 667 Safeguard St., Ste 100, RCD Shipyard Support DET, Pearl Harbor, HI 96860-5033 bernadette_s_del_rosario_simmons@pearl.fisc.navy.mil. Facsimile quotes will be accepted at (808) 474-5223.
 
Record
SN00390196-W 20030803/030801214004 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.