Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

20 -- PROCURE RESPONSE AND PERMANENT OIL CONTAINMENT BOOMS

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0618
 
Response Due
7/29/2005
 
Archive Date
8/26/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for the acquisition for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline for Evaluation and Solicitation for Commercial Items and FAR 13.5 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation. Written proposals are required and a written solicitation will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation Number N00604-05-T-0618 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisition Circular 2001-27 and Defense Change Notice 20041215. The applicable NAICS code is 332313 and the small business size standard is 500 employees. This procurement is 100% set-aside for small business concerns. All responsible sources may s! ubmit a quotation which shall be considered which shall be considered by the agency. Proposals must include a completed Representations and Certifications (FAR 62.213-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items). Please complete your Representations and Certifications at the following website: http://orca.bpn.gov. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. A single award will be made to the lowest priced, technically acceptable quote. The resulting award is intended to be a firm fixed price contract for the following items. CLIN 0001 QTY 9,000 ft. lightweight oil containment response boom, 24? overall height, 100? sections, urethane impregnated fabric, 26 oz./sq. yd. min., 8? in! ternal floats, 100% rolled foam, sealed between float sections, or fully enclosed external floats (no open backs), able to fold back on itself at 6? intervals for use on cargo trailer, ASTM slide connectors, locate anchor points at waterline, each connector and at mid-section in an appropriate position of your choosing and each connector point shall have a min. ??eye, CLIN 0002 QTY 3,000 ft. permanent oil containment boom, 24? overall height, 100? sections, urethane impregnated fabric, 80 oz./sq. yd. min., fully enclosed external floats (no pen backs), ASTM slide connectors, locate anchor points at waterline, each connector and at midsection in an appropriate position of your choosing, each anchor point shall have a min. ?? eye. Delivery will be FOB destination to Defense Distribution Depot San Joaquin 25600 S Charisma Road, Tracy, CA 95376 and transship to Guam. Inspection and acceptance of delivered items shall be done by Navy Region Marianas, Guam at final destination. Offeror quote shall include information on the best possible delivery date for all CLINs. The provisions at FAR 52.212-1, Instructions to Offeror ? Commercial; and FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, apply to this requirement. FAR 52.212-2, Evaluation of Commercial Items applies. The following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the government shall use the indicated unit price(s) for evaluation and award purposes. Offeror shall submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its offer. The following FAR clauses apply to the requirement: FAR52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt 1; FAR 52.219-8, Utilization of Small Business Concerns; FAR 652.222-3, Convict Labor; FAR 62.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 652.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 652.225-13. Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contrac! tor Registration; FAR 52.232-36, Payment by Third Party and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.215-5 Facsimile Proposals apply. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: FAR 52.203-3 Gratuities; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7021 Trade Agreements; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.225-7020 Trade Agreement Certificate. These clausesmay be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. This clause is also applies, UNIT PRICES (JUL 2005) FISC Pearl Harbor) Contractor?s unit prices, when incorporated into a government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor that submitted the prices. If the contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. REVIEW OF AGENCY PROTEST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33. 103 (d). (b) Pursuant to FAR 33. 103(d) (4), agency protests may be filled directly with the appropriate Reviewing Authority or a protester ! may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet Industrial Supply Center, Pearl Harbor, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e. the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting office?s decision would not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. The Government plans to award a single contract resulting from this solicitation. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) Report! ing, DFARS 252.225-7020 Trade Agreement Certificate. Proposals shall be emailed to josefina.martinez@navy.mil no later than 12:00 Noon Hawaii Standard Time, 29th July 2005. Facsimile proposals will be accepted at (808) 473-5750.
 
Record
SN00849490-W 20050720/050718212302 (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.