Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

81 -- Aluminum Tape

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
322222 — Coated and Laminated Paper Manufacturing
 
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
N68836-04-T-0146
 
Response Due
4/9/2004
 
Archive Date
5/31/2004
 
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
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR Part 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is hereby issued and a written solicitation will not be issued. The Solicitation/RFQ Number is N68836-04-T-0151 and closes on 12 April 2004. This procurement is issued Unrestricted and will be processed under the Simplified Acquisition procedures (SAP) Demonstration Test Program FAR 13.500. The RFQ and incorporated provisions and clauses are those in effect through FAC 2001-20 and class deviation DFARS Change Notice 2004-0113. The North American Industry Classification System (NAICS) Code 32222 and business size standard of 500 employees are applicable. The Fleet and Industrial Supply Center-Jacksonville, FL is announcing a requirement for the following: Line Item 0001: Aluminum Foil Glass Fabric Tape, laminates with high temperature silicone adhesive. Aluminum foils, 2 mil on glass fabric. Foil Thickness .002 inches ASTM-D-374, Glass Fabric Thickness .0025 inches, Adhesive Thickness .0045 inches ASTM-D-374, Total Thickness .0085 inches, Adhesion 50 ounces/ inches ASTM-D-1000, Tensile Strength 100 pounds/ inches ASTM-D-1000, Maximum Operating Temperature 500? F, Roll Length 36 yards, Width 25" (increments of 1/16), Core I.D. 3 inches, and Shelf Life: 6 months from manufacturing date. Part Numbers: Dewal 409 or 3M 363A brand or equal. NOTE: CERTIFICATE OF COMPLIANCE/CERTIFICATE OF ANALYSIS IS REQUIRED IN ACCORDANCE TO MIL-SPEC MIL-T-83284. The required delivery shall be made in three increments on or about 1 May 2004, on or about 1 July 2004, and on or about 1 September 2004. After award, the delivery date and quantity shall be confirmed. Line Item 0001AA: 750 rolls, Tape ??, Line Item 0001AB: 250 rolls, Tape ??, Line Item 0001AC: 2000 rolls, Tape ??, Line Item 0001AD: 3750 rolls, Tape 1?, Line Item 0001AE: 500 rolls, Tape 2?. All materials are to be delivered to the Naval Aviation Depot Jacksonville Attn: Receiving Officer, Bldg 110 Door 16 Naval Air Station Jacksonville, FL 32212-0016. All material will be inspected and accepted at Destination (Government location). Contractors are required to provide descriptive technical literature per FAR 52.212-1(b)(4). 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. After an initial evaluation of the submitted proposals, FISC-JAX will conduct an on-line anonymous competitive reverse auction. This will be conducted one week from receipt of initial proposals. Estimated date is 19 April 2004, and to be facilitated by a third party reverse auction provider, Procuri (www.procuri.com). This is a private reverse auction and only those offers submitted which have been deemed technically acceptable by the Government will be invited to participate in the reverse auction. Procuri has developed an on-line, easy to use, browser based application to dynamically set prices for the procurement of goods and services. A complete description of the application may be accessed at the Procuri web site. See full text clause. Revised Price Proposals Via Reverse Auction at the end of this solicitation for more information. IMPORTANT NOTICE: DFARS 252.204-7004 Alt A Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.212 -1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.212-5 Facsimile Proposals, (c) Fax: 904-542-1095, FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the Best Value to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of product to meet the Governments requirement. To be determined technically acceptable, the contractor must furnish current Technical Specifications in the form of product literature of the products being offered in accordance with FAR 52.212-1 (b)(4). (ii) Pricing: (a) Contractors must provide current pricing for each CLIN specified. (b) Provide current commercially published price lists or catalog price listings for the equipment being offered. Pricing will be evaluated against other quotations received. Only those quotations, which have been determined to have met all factors, will be considered for award. (c) Provide prior sale history of same parts sold to DOD and or commercial companies. Provide contract/order number, item, quantity, unit price and the date of sale. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation, which has not taken exception to the schedule. Quotations, which take exception and do not meet the Governments requirement, may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations and place acceptable proposals in line for the reverse auction. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. End. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items- (JUN2003); Incorporated by full text; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 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, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-May 2002, 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Pro gram, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; INSTRUCTIONS TO OFFERORS/QUOTERS CONCERNING REVERSE AUCTION A. REVERSE AUCTION NOTIFICATION 1. Revised prices will be submitted during a competitive, anonymous, on-line reverse auction, herein after referred to as a Dynamic Pricing Event (DPE). Potential offerors or quoters are encouraged to read and/or register on the reverse auction web site identified herein prior to preparing or submitting an offer or a quote in response to this solicitation. The review of the registration requirements, user agreement, usage guidelines, and privacy policy contained at http:///www.govauctions.pr ocuri.com are critical; since submission of an offer or a quote indicates your agreement to the site owner?s terms. 2. The Contracting Officer anticipates that a DPE will be conducted within 10 calendar days of the closing date of this solicitation. Qualifying Offerors or Quoters will be notified of the specific date and time of the reverse auction at least three working days prior to commencement of the event. Notification will be by electronic mail, return receipt requested. Offerors or Quoters who are to participate in the DPE agree to submit revised pricing only through the online mechanism supplied by Procuri.com. Offerors starting price at the commencement of the DPE must be their initial price as set forth in their original proposal or a revised lower price only. 3. In order for an Offeror or a Quoter to be considered for award and participate in the DPE, the Offeror or Quoter must be responsive to all terms and conditions of this solicitation (which includes the agreement to participate in a DPE). The Offeror must agree to the terms of the User Agreement, Usage Guidelines, and Privacy Policy provided by Procuri.com during the registration process. Submission of a proposal or quote in response to this solicitation shall constitute such agreements by the Offeror or Quoter. As a minimum, Offeror or Quoter acknowledges and agrees: a. That any software or hardware problems associated with the on-line reverse auction shall solely be the responsibility of the Offeror or Quoter in accordance with the terms and conditions of this solicitation and the Procuri.com User Agreement. b. That it is an independent contractor with respect to Procuri.com. Each offeror or quoter agrees to release Procuri.com from any liability with respect to the DPE or the conduct of any participant in the DPE, regardless of whether such liability arises under the contract, tort, or any other theory. c. To keep the passwords and materials provided by Procuri.com or FISC Jacksonville in confidence. The Offeror or Quoter further agrees to keep its own pricing and the pricing of all other participants in the DPE in confidence until after contract award. 4. Submission of a proposal or quote in response to this solicitation shall constitute the Offerors or Quoters' consent to have their prices revealed in anonymity during the DPE. By participating in the DPE, offerors or quoters agree that they are knowingly consenting to disclose their price(s) to the other participating offerors or quoters, but only during the DPE. Each offeror or quoter further agrees that disclosure of its prices during the DPE shall not be for the purposes of restricting competition. B. PRIOR TO THE DYNAMIC PRICING EVENT 1. Initial Offers/Quotes. Offerors or Quoters shall submit initial price proposals or quotes along with all other required documentation to FISC Jacksonville as described herein. Upon submission of their proposal or quote, Offerors or Quoters must complete the registration process by following the procedures and guidelines established by Procuri.com at http://www.govauctions.procuri.com. The DPE shall not be delayed because an Offeror or Quoter fails to complete the registration process prior to the starting time on the date of the DPE. 2. Offer/Quote Evaluation. After initial offers or quotes are evaluated as described in the Evaluation of Offers provisions of this solicitation, the Contracting Officer may proceed with the DPE process. However, the Contracting Officer reserves the right to award upon initial price proposals or quotes and, therefore, may elect not to conduct the DPE. 3. Notifications and Training. Prior to the DPE, FISC Jacksonville will notify each qualifying Offeror or Quoter that they have been selected to participate in the DPE. FISC Jacksonville or Procuri.com will provide training on the Dynamic Pricing Event process and the details pertaining to this solicitation DPE. Written information not contained or attached to this solicitation that concerns the Dynamic Pricing Event may be provided to each participating offeror or quoter as part of his or her training. 4. Procuri.com and Government Trainer Interaction with Offerors. Offeror or Quoter interaction with Procuri.com and FISC Jacksonville personnel during the registration and training process is for the sole purpose of facilitating the DPE. Such communication shall not be considered discussions with the Offerors or Quoters within the meaning set forth in FAR Part 15. C. DURING THE DPE 1. Discussions. The DPE shall be considered the opening of discussions as defined at FAR Part 15.306(d). Offerors or Quoters may, but are not required to, revise their initial pricing proposal or quotation during the DPE. Revised price offers or Offerors or Quoters shall electronically submit quotes during the DPE. Offerors or Quoters shall not submit revised pricing via any other mechanism including (but not limited to) post, courier, fax, e-mail, or orally unless specifically authorized by t he Contracting Officer (see paragraph D for further details). 2. DPE Connection. The invited Offerors or Quoters shall be provided the opportunity to connect to the Procuri.com website (www.govauctions.procuri.com) via Internet connection. Offerors or Quoters will register for the scheduled event using the Procuri.com software solution. Offerors or Quoters shall be responsible for providing their own computer system and connecting to the telecommunications service used for each DPE via their own Internet Service Provider (ISP). 3. Time Period. The DPE will be conducted for a period of 60 minutes. If an offer or quote is submitted within the last 5-minutes of the time period, the DPE period shall be extended for an additional 5-minutes, if the offer/quote is the lowest price received. The time shall be extended for an unlimited number of 5-minute extension periods, if a lower offer/quote is submitted within the last 5-minutes. The final price revision submitted during the DPE will be considered the Offerors Final Price Proposal (see D.1 below for additional information). 4. Problems. Any offeror having problems during a DPE must notify the Contracting Office at FISC Jacksonville immediately. A problem is an event that interferes with the Offerors ability to participate in the DPE and includes, but is not limited to, Internet connection and re-connection difficulties, (2) software or hardware failures, and (3) erroneous data entry errors. Offerors will have 10 minutes after the DPE goes into the Quiet Period status to notify the Contracting Office of any problems. The name and phone number of the FISC Jacksonville Contract Specialist who will be available for assistance during the DPE will be provided to each invited offeror prior to the starting time and date of the event. If the Contracting Officer judges that any offeror is disadvantaged by the identified problem, Procuri.com and FISC Jacksonville may, at the sole discretion of the Contracting Officer, correct the problem, pause and may reopen the DPE, or cancel the DPE. D. AFTER THE DPE 1. Closing Price Discussions. Discussions concerning price shall normally conclude at the close of the DPE. No price revisions will be accepted after the close of the DPE from any of the participants; unless the Contracting Officer re-opens pricing discussions with all participants and requests final price proposals in accordance with FAR 15.307. 2. No Automatic Award Determination. The Contracting Officer has determined that price is not the only factor to be considered when determining which Offeror shall receive the contract award. Therefore, the Offeror with the lowest price at the close of the Dynamic Pricing Event may not automatically be awarded the contract or purchase order that results from this solicitation. 3. Notification of Unsuccessful Offeror (s). The Contracting Officer shall award a contract based on all the factors identified in this solicitation. The unsuccessful DPE participants will be sent a post-award notification, if required by FAR 15.503(b), via e-mail correspondence or the Procuri.com notification system. End of Clauses/Provisions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include CLIN 0001 SUBCLIN 0001AA through 0001AE. Offerors who do not submit clear specifications will be eliminated from competition. (2) Completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. Quotation information may be submitted electronically via e-mail or fax. Submit quotations to: Fleet and Industrial Supply Center, Jacksonville, Attn: Mattie Washington, Code 201C.MW Phone 904-542-1082 or fax 904-542-1095. Address all questions or inquiries to the Contracting Officer at: 904-542-1082 or e-mail: Mattie_J_Washington@JAX.FISC.Navy.Mil. Solicitation number: RFQ N68836-04-T-0151 on all documents and requests for information. Quotes must be received no later than COB 2:00 p.m. (EST) on 12 April 2004.
 
Place of Performance
Address: NADEP Jacksonville, FL
Zip Code: 32212
 
Record
SN00555224-W 20040328/040326212633 (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.