Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
MODIFICATION

16 -- Oxygen Jump Hoses

Notice Date
5/5/2004
 
Notice Type
Modification
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-04-Q--0046
 
Response Due
5/10/2004
 
Archive Date
5/25/2004
 
Point of Contact
Elizabeth Conner, Contracting Officer, Phone 757-492-7960 xt2204, Fax 757-492-7954,
 
E-Mail Address
econner@mail.nswdg.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
TJE PURPOSE OF THIS AMENDMENT IS TO PROVIDE FURTHER SPECIFICATIONS CONCERNING CLINS 0001 AND 0002 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. North American Industrial Classification Standard (NAICS) 451110 size standards 100 employees or under. The Naval Special Warfare Development Group has a potential requirement to purchase the following: CLIN 0001: 18 Foot, Hydraflow HS-57-4 Hose, with Hypalon cover, coupled with oxygen compatible quick disconnects complete with dust caps and plugs. Each hose to be oxygen cleaned IAW MIL-STD-1330D. Quantity 40 each; CLIN 0002: 10 Foot, Hydraflow HS 57-4 Hose, with Hypalon cover, coupled with oxygen compatible quick disconnects complete with dust caps and plugs. Each hose to be oxygen cleaned IAW MIL-STD-1330D, Quantity 80 each. This procurement will be accomplished using full and open competition procedures for Commercial Off-the-Shelf items. The Government delivery date is 4 weeks after date of contract. Place of Delivery and Acceptance and FOB destination point are: NSWDG, 1636 Regulus Avenue, Bldg. 313, Virginia Beach, Virginia 23461-2299. The following provisions and clauses are applicable to this acquisition and in effect through Federal Acquisition Circular FAC 2001-22, effective 05 April 2004. This solicitation is issued as a request for quote and the resulting contract will be firm fixed price. (RFQ) H92244-04-Q-0046 is the quote number. Submit written offers. Oral offers will not be accepted. Offerors shall review the full text version of these provisions and clauses and submit required information with their offers. FAR 52.212-1 ?Instructions to Offerors ? Commercial Items (Jan 2004) (b) Submission of Offers. FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (Jan 2004). (a) Offerors are advised to include a completed copy of this provision with its offer. FAR 52.212-4 ? Contract Terms and Conditions ? Commercial Items (Oct 2003), FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government applies. DFAR 205.470-2 Provision of Information to Cooperative Agreement Holder applies, DFAR 252.225-1101 Acquisition of Supplies applies. The following DFARS provision and clauses are hereby applicable to this commercial acquisition; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JAN 2004). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items As prescribed in 212.301(f)(iii), use the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2004) (a) The contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) (b) DFAR 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991)(10 U.S.C. 2416). 252.219-7003 Small, Small Disadvantaged and Women-Owned Business Subcontracting Plan (DoD Contracts)(Apr 1996)(15 U.S.C. 637). DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003)(41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7012 Preference of Certain Domestic Commodities (Feb 2003)(10 U.S.C. 2533a). DFAR 252.225-7036 Buy American Act ? Free Trade Agreements ? Balance of Payments Program (Jan 2004) Alternate I (Jan 2004)(41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), DFAR 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Apr 2003)(10 U.S.C. 2533a), DFAR 252.243-7002 Requests for Equitable Adjustment (Mar 1998)(10 U.S.C. 2410), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002)(Alternate I)(Mar 2000), DFAR 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (Apr 2003)(10 U.S.C. 2533a), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631), DFAR 252.247-7024 Notification of Transportation of Supplies by Sea., DFAR 212.301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items (Jan 2004); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Apr 2003) The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is DO. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted electronically or on letterhead stationery to include the minimum information required by this provision. Offers are due by the extended due date close of business, 4:30 p.m. Eastern Standard Time (EST) on 26 May 2004; 52.212-2 ? Evaluation ? Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability (by review of existing product literature for the item(s) being procured, (ii) Past Performance from both inside and outside the Federal government, (iii) Price (iv) Delivery. Technical and past performance when combined, are equally as important as price; The government will conduct a comparative evaluation of offers. The Government anticipates a Firm-Fixed Price contract. Quotations shall include the vendor?s Cage Code, Duns and Bradstreet Number (DUNS) and Tax Identification Number (TIN). The POC is Christine Anderson, Contract Specialist, Phone (757) 492-7960 extension 2210, Fax (757) 492-7954, Email: canderson@mail.nswdg.navy.mil; Contracting Officer is Betty Conner, Phone: (757) 492-7960 extension 2204, Fax (757) 492-7954, Email: econner@mail.nswdg.navy.mil
 
Place of Performance
Address: 1636 Regulus Avenue, Bldg. 313, Virginia Beach, VA
Zip Code: 23461-2299
Country: USA
 
Record
SN00580696-W 20040507/040505212531 (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.