Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2004 FBO #1091
SOLICITATION NOTICE

47 -- Niedner Fire Hoses

Notice Date
11/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SB3100-43073133
 
Response Due
11/30/2004
 
Archive Date
12/15/2004
 
Description
This notice constitutes a combined synopsis/solicitation for commercial items in accordance with the format in FAR subpart 12.6 and supplemented with additional information herein. This notice constitutes the only solicitation document and the only request for quotes. This is a Request for Quotes (RFQ) and the solicitation number is SB3100-43073133. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-12. The Defense Distribution Center located in San Joaquin, CA has a requirement for the procurement of various types of fire hoses for the center?s Fire Department. The fire hoses are to be shipped to the DLA Fire Department, ATTN: Chief John Mickelson, 700 East Roth Road, Bldg S-135, French Camp, CA 95231. This acquisition is available for full and open competition. The associated North American Industry Classification System (NAICS) code is 326220 and the small business size standard is 500 employees. The requirement consists of the following Contract Line Item Numbers (CLINs) : CLIN 0001 is for six (6) each 1 inch x 100 feet Hotstop Yellow Niedner (or equal) hoses with 1 inch NH Aluminum Coupling Set Installed. CLIN 0002 is for sixty (60) each 1-and-three-quarters-inch x 50 feet ULTRA 2000 Yellow Niedner (or equal) hoses with 1-and-three-quarters-inch x 1-and-a-half-inch NH Aluminum Coupling Set Installed. CLIN 0003 is for one hundred twenty (120) each 3 inch x 50 feet XL-800 Yellow Niedner (or equal) hoses with 2-and-a-half-inch NH Aluminum Coupling Set Installed. CLIN 0004 is for forty-nine (49) each 5 inch x 100 feet Supply Line Yellow Niedner (or equal) hoses with 4-and-a-half-inch NH Aluminum Coupling Set Installed. * Shipping is FOB Destination to French Camp, CA 95231. The delivery point is the DLA Fire Department address above. This will be a firm fixed priced order Invoices for payment shall be faxed or emailed to the Contracting Office, ATTN: SETH CUSTER (717) 770-7591 or seth.custer@dla.mil and are to be paid by Government Credit Card. Inquiries regarding this request for quotation and also formal bids shall be directed to Seth Custer, DDC CSS-A, 2001 Mission Drive, Bldg 81, New Cumberland, PA 17070. Phone: (717) 770-5356. Fax: (717) 770-7591. Preferred method of submission of bids is by email to seth.custer@dla.mil. Submission by fax (717-770-7591) is acceptable as well. * Contractor must be capable of accepting credit card payment for this procurement. * ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) DATABASE - http://www.ccr.gov/ or an award cannot be processed. * Quotes may be submitted in contractor format and shall include the following information: 1. Company name, address, POC with telephone number, email address and fax number 2. Solicitation number 3. Pricing in accordance with CLIN structure above 4. Prompt Payment Terms 5. Taxpayer Identification Number (TIN) 6. Contractor DUNS Number and Commercial And Government Entity (CAGE) Code 7. Completed copy of the Representations and Certifications Due date for responses is Friday November 30, 2004 at 3:30 PM EST. Thank you for your interest in this contracting opportunity for the Defense Logistics Agency. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.211-6 BRAND NAME OR EQUAL; FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://www.arnet.gov/far/. (Select FAR archived HTML format, Part 52 Solicitation Provisions, clause 52.212-3). Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS. * Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with its offer (If you have problems locating the representation and certifications, contact Seth Custer (717-770-5356) to have a copy forwarded to you). Failure to include the certifications along with a price proposal may affect award status. All questions and inquiries should be addressed via email to Seth.Custer@dla.mil. Request for Quote Number SB3100-43073133. Prices and representations/certifications are required no later than close of business (3:30 PM EST) on November 30, 2004. This information should be submitted to the above email address or faxed to 717-770-7591/5689. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2004). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (June 2003)(Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I (Mar 1999) of 52.219-5. ___ (iii) Alternate II (June 2003) of 52.219-5. ___ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (8) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2002)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). _X_ (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126) _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X_ (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (20) 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). ___ (21) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (22) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___ (23) (i) 52.225-3, Buy American Act ?Free Trade Agreement ? Israeli Trade Act (Oct 2004)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77,108-78) ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (24) 52.225-5, Trade Agreements (Oct 2004)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). ___ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000)(E.O. 12849). ___ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (29) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (30) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (31) 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (32) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (34) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989)(41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause)
 
Place of Performance
Address: DLA Fire Department, ATTN: Chief John Mickelson, 700 East Roth Road, Bldg S-135, French Camp, CA
Zip Code: 95231
Country: USA
 
Record
SN00710623-W 20041121/041119211540 (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.