Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

99 -- RELOCATION OF SDVT1 FROM FORD ISLAND TO PEARL CITY PENNISULA

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
493110 — General Warehousing and Storage
 
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
N00604-04-T-A365
 
Response Due
3/12/2004
 
Archive Date
3/27/2004
 
Point of Contact
Lambert Leong, Contract Specialist, Phone 808-473-7508, Fax 808-473-5750, - Lambert Leong, Contract Specialist, Phone 808-473-7508, Fax 808-473-5750,
 
E-Mail Address
lambert.leong@navy.mil, lambert.leong@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is restricted to small businesses. 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20020314. The NAICS code is 484210 and the business size standard is 500 employees. This requirement is for a firm fixed price contract for the movement of the Seal Delivery Vehicle Team 1 (SDVT1) from several buildings on Ford Island to Buildings Q-433 and Q-538 on Pearl City Penninsula. Complete Moves Specifications can be obtained by calling Lambert Leong, Contract Specialist, Fleet and Industrial Supply Center-Pearl Harbor, HI @ 473-7508 or e-mail: lambert.leong@navy.mi. Site visit is to be done 10 March 2004. For security reasons, site visit must be scheduled by 1:00 P.M. 8 March 2004. Companies requesting site visit must provide name of company, name of personnel, telephone no, insurance card, registration, and safety check to expedite passes. Period of performance is 29 March 2004 to 09 April 2004 (2 weeks) FOB Destination, Pearl City Penninsula, Hawaii. 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 Offers-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. 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 52.212-2, 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 cost or 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 and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: 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 52.222-19 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?41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; 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 with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 12 MARCH 2004. 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 201 LL), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at (808) 473-5750. E-mail quotes may be addressed to: lambert.leong@navy.mil.
 
Place of Performance
Address: FORD ISLAND HAWAII/PEARL CITY PENNISULA
Zip Code: 96860
Country: US
 
Record
SN00536911-W 20040306/040304223527 (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.