Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
MODIFICATION

81 -- CONTAINERS WITH ROLL-UP DOORS AND SHELVES

Notice Date
1/31/2005
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group One, 3632 Quadalcanal Road, B#165 USNAB Coronado, San Diego, CA, 92155-5538
 
ZIP Code
92155-5538
 
Solicitation Number
H92240-05-T-0564
 
Response Due
2/9/2005
 
Archive Date
2/24/2005
 
Description
This is a combined/solicitation for commercial Brand Name items prepared in accordance with the format in FAR subpart 12.6, 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. The Naval Special Warfare Group One has potential requirement to purchase: CLIN 0001 Two (2) each 20' containers with 8 roll-up doors and shelves. CLIN 0002 Four (4) each 40' containers with 4 roll-up doors and shelves. Description: Containers must have the following specification: 6" I beams, constructed out of 14 gauge steel. The frame must have at least 7-8 guage steel. Floors should be treated against insects and rodents. Shelves must be at least 2 rows inside, the length of the containers. Doors can be locked using padlock devices. Can be lifted by crane or forklift. Technical Point of Contact is CMCS D. H. GREENWALT (619-437-5492). Quotes are required to be received no later than 12:00 Pacific Time, February 9, 2005. Quotations should be on company letterhead in company format and must be sent to: Attn: Amando L. Lastrella at email address: lastrellaa@nswg1.navy.mil, FAX # 619-437-3547. This solicitation is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and DCN 20040930 edition. North American Industrial Classification Standard (NAICS) 332999, size standard 500 employees, applies to this procurement. FOB: Destination for delivery to DODAAC R55446 Naval Special Warfare Group Three. Containers will be positioned at OLF Imperial Beach compound. The following provisions clauses apply to this acquisition: The provision at FAR 52.212.l, Contract Terms and Conditions-Commercial Items. The provision at FAR 52.212-2 Evaluation-Commercial items. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must provide a "complete" copy of this provision with their proposal. You can obtain a copy of FAR 52.212-3 from Internet. The clause at FAR 212-4, Contract Terms and Conditions-Commercial Items, FAR 212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items. The contractor agrees to comply with the following 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) 52.223-3, Convict Labor (E.O. 11755); and (2) 52-233-3, Protest After Award (31 U.S.C. 3553), FAR 52.219-6, Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected, FAR 52.203-6, Restrictions on Subcontgractor Sales to the Government, FAR 52.232-33, Payment by Electronic Funds Transfer applies, DFARS 252.212-700, Offeror representations and certifications-Commercial Items, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items applies, DFARS 252.225-7001, Buy American Act and Balance of Payment Program applies. DFARS 252.225-1101, Acquisition of Supplies applies. DFARS 252.232-7003, Flexible Progress Payments. Qualifications shall include the vendor's cage code number, DUNS number and TIN (Tax Identification Number). Should Vendors have any questions, please contact Amando L. Lastrella at lastrellaa@nswg1.navy.mil or at 619-437-0895. 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. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer )or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The resulting contract will be firm fixed-price. The prospective offeror must be registered with the Central Contractor Registration (CCR) prior to award. Please see note 1 and 22. The purpose of this ammendment is to cancel the requirement for the two (2) each 20' containers. The point of contact is the EO1 Eric Sasser . He can be reached at 619-980-7724. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-FEB-2005. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Naval Special Warfare Group One, 3632 Guadalcanal Road, Bldg. 165, San Diego, CA
Zip Code: 92155
Country: USA
 
Record
SN00744019-W 20050203/050201213124 (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.