Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

J -- Repair and Overhaul on Utility Boats

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-03-T-0272
 
Response Due
9/9/2003
 
Archive Date
10/15/2003
 
Point of Contact
Mattie Washington, Contract Specialist, Phone 904-542-1082, Fax 904-542-1095,
 
E-Mail Address
mattie_j_washington@jax.fisc.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 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. Solicitation number N68836-03-T-0272 and is issued as a Request for Quotation (RFQ). This procurement is set aside for small business. This announcement constitutes the request for the required services under RFQ N68836-03-T-0272. The North American Industry Classification System (NAICS) code is 336611and the business size standard is 1000 employees. Services, Boat repair and overhaul four (4) each 15-meter, navy utility boat used on the Mississippi River. The overhaul will include dry-docking, blasting and reapplying of all coats, fiberglass patching and replacing, extreme engine repairs and re-wiring of electrical components and other specifications. The boats are located in the water at Naval Support Activity New Orleans, LA Mile 93 on the Mississippi River. Point of contact is LCDR Matthew Hahne at 504-678-2883 for pickup and delivery of boats. Site visit is scheduled 28 August 2003. Contractor to repair and overhaul boats one at a time and provide 48 hours notice prior to pickup and delivery of utility boat. Services to include ordering of materials and supplies, which shall begin within five (5) days after award. Utility Boat Number 1, Hull Number: 15MUB9106, Engine Serial: 44688398, Model Number: 6BT5.9M, CPL Number: 0742, Trans Serial: 580989, Trans Model: 37896 Utility Boat Number 2, Hull Number: 15MUB9705, Engine Serial: 45511915, Model Number: 6BT5.9M, CPL Number: 0742, Trans Serial: 38C175, Trans Model: 37896 Utility Boat Number 3, Hull Number: 15MUB9701, Engine Serial: 45512081, Model Number: 6BT5.9M, CPL Number: 0742, Trans Serial: 3AC176, Trans Model: 37896 Utility Boat Number 4, Hull Number: 50UB8809, Engine Serial: 06A0461828, Model Number: 1062-7000, Trans Serial: 0910061416, Trans Model: M-15R. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002). The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated in FULL TEXT: 52.212-3 Offer or Representations and certifications-Commercial Items (JUN 2003). Within FAR 52.212-5, the following clauses apply: 52.203-6 Alt 1Restrictions On Subcontractor Sales To The Government (OCT 1995), 52.219-6 Notice of Small Business Set-Aside (OCT 1995), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C.421252.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C 4212), 52.222-3 Convict Labor (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999) (31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996). 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (JUN 2003), 52.215-5 Facsimile Proposals (OCT 1997), DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000), DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001). Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, website: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html). Contractor must be registered in the CCR Database prior to solicitation closing date. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer 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, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factor: PRICE. Quotations must be received no later than 2:00 PM ET, 9 September 2003. Quotations must be in writing and may be faxed, mailed or e-mailed to the following. Attn: Mattie Washington, Fleet Industrial Supply Center, 110 Yorktown Avenue, 3rd Floor, BLDG. 110, Naval Station Jacksonville FL 32212-0097. Contract Specialist, Telephone (904) 542-1082, Fax (904) 542-1095, E-mail: Mattie_J_Washington@jax.fisc.navy.mil.
 
Place of Performance
Address: New Orleans, LA
Zip Code: 70126
 
Record
SN00405235-W 20030820/030818214015 (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.