Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOLICITATION NOTICE

62 -- Steel Square Hinged Lighting Poles and Bullhorns

Notice Date
11/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N633870400746
 
Response Due
11/7/2003
 
Archive Date
12/7/2003
 
Point of Contact
Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, Phone: 619-532-3445
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(brian.odonnell@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 15. This Procurement is issued as a 100% small business seta-aide under SIC 3646 (commercial lighting fixtures) with a size standard of 500 employees. The agency need is as follows: CLIN 0001: Steel square hinged lighting poles; each pole to be 35 feet with the base of the poles to have the following design number for base is SQH6-35 with the bolt circle 12 inches, anchor bolts 1? x 36? and width 30? and depth 6?; GE Part Number ASIIS352T717GV; QTY: 26 EA; CLIN 0002: 4 In Line Bullhorn-Part Number FBSB2D2TTGV; Qty: 17 EA; CLIN 0003: 2 In Line Bullhorn-part Number FBSB2B2TTGV; Qty: 9 EA; Location: Building Naval Station, San Diego CA; Payment to be made by credit card (Offeror must be capable of accepting credit card as method of payment IAW 52.232-36 Payment by Third Party). The requirement is for a firm-fixed price type contract with 3 CLINs, FOB Destination. Contractor is also required to provide their estimated lead-time upon notification of award. Contractor must also submit a technical plan to perform the work. This document will be the basis of the Government?s technical review to determine if Contractor fully understands the scope of the work. In accordance with 52.211-8 Time of Delivery, all products must be delivered in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: 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; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of th e following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7006, Buy-American Act-Trade Agreements-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.247-34 FOB Destination; FAR 52.243-1 Changes?Fixed Price; Clause DFAR 252.243-7001 Pricing of Contract Modifications; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FA R 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 Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.232-36 Payment by Third Party; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7007 Trade Agreements-Balance of Payments Program. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR d atabase will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal. 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. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price and in accordance with the delivery schedule. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the purchase descriptions and provide a statement explaining how it will meet the required delivery schedule. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, Friday 7 November 2003 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail: brian.odonnell@navy.mil Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00464540-W 20031106/031104213147 (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.