Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
MODIFICATION

81 -- BLUE FOAM

Notice Date
2/4/2005
 
Notice Type
Modification
 
NAICS
322221 — Coated and Laminated Packaging Paper and Plastics Film 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-T-0054
 
Response Due
2/9/2005
 
Archive Date
2/24/2005
 
Description
This is a combined synopsis/solicitation for commercial 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-05-T-0054 applies and is issued as a Request for Quotation. This procurement is a sole source. 02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 322221 and the business size standard is 500. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items: 900sh 1"X48"X108" Blue Foam Celluplank standard, grade A blue foam, class 4 skived. 450 sh 2"X48"X108" Blue Foam Celluplank, standard, grade A blue foam, class 1 unskived THE DESNSITY FOR BOTH ITEMS IS 1.7LB P C/F. PRODUCT ID NUMBER IS A-A-59136. reverse government auction scheduled for february 09, 2005 at 1pm est. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 1:00 P.M FEBRUARY 9, 2005. Quotations must be in writing and may be faxed or mailed to the following. Attn Felipe DonesCardona, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1083. felipe.donescardona@navy.mil REFER TO STATEMENT OF WORK/ SPECIFICATION ON SOLICITATION. YOU MAY ALSO GO TO WWW.DSP.DLA.MIL. SELECT ON LINE SPEC'S, SELECT QUICK SEARCH AND TYPE DOC ID NUMBER A-A-59136 TO VIEW SPECIFICATIONS, OR CALL ME AND I FAX TO YOU.
 
Place of Performance
Address: JACKSONVILLE
Zip Code: 32212
Country: USA
 
Record
SN00746162-W 20050206/050204212326 (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.