Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

95 -- Sheet Metal, Inconel

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305Q0080
 
Response Due
2/11/2005
 
Archive Date
3/13/2005
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-05-Q-0080. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-26. The applicable NAICS Code for this requirement is 421510 and has a size standard 100 employees. The following requirements are: CLIN 0001: 35 each, Part No. AMS5889, sheet, metal, 0.062 to .069 inch; sheet size 36 inch x 96 inch; inconel 617 sheet metal, Mfg: SAE or equal. FOB Destination Only with shipping to: Naval Undersea Warfare Center Division, Na! val Undersea Warfare Center, Division-Keyport 98345-7610. Inspection and Acceptance at Destination. Acceptance inspection of lots or batches will be in accordance with American National Standard ANSI/ASQCZ1.4-1993. Unless otherwise specified, attributes, which if defective would prohibit or reduce the usability of the product for its intended purpose, will be inspected at an acceptable quality level (AQL) of 1.0. Attributes, which do not materially reduce the usability of the product, will be inspected at an AQL of 2.5. Any attribute classified as critical on the technical documentation will be inspected on each unit of product submitted. The right is reserved to reject any unit of product found nonconforming during inspection whether that unit of product forms a part of a sample or not, and whether the lot or batch as a whole is the lot or batch as a whole is accepted or rejected. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors.! Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-19 Child Labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.! 222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 252.225-7036 Buy American Act-NAFTA Implementation Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The following DFAR Clause 252.211-7003 Item Identification and Valuation (UID requirements) has been added in full. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is! DO-C9E. Commercial Simplified Procedures shall be used for this procurement. The following FAR and DFAR clauses are incorporated by reference: 52.211-6 Brand Name or Equal Quotes/Offers are due no later than 11 Feb 05, 1500 hours Pacific Time. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) Any firms proposing an or equal item shall clearly identify the item by Brand Name, Make or Model number, include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting officer; and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications., (2) complete all representations and certifications found in the required ! clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/). The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the brand name or equal requirements in the solicitation and any subsequent amendments. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonable available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: S! ingle Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Any questions should be submitted in writing via the fax number provided above or e-mailed to sdurham@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respon! d to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/). No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00738454-W 20050123/050121212500 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.