Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

J -- Shipfitters & Supervisors

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N4523A 1400 Farragut Ave Puget Sound Naval Shipyard Bremerton, WA
 
ZIP Code
00000
 
Solicitation Number
N4523A05Q0006
 
Response Due
8/1/2005
 
Archive Date
8/31/2005
 
Description
This 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. Solicitation N4523A-05-Q-0006 is issued as a Request for Quotation, authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items to Utilize Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. NAICS Code is 336611. Small business size standard is 1000 employees. This is a small business set-aside. The contractor shall provide shipfitters and supervisors in accordance with the Statement of Work. The period of performance for this work is 22 August ? 27 October 2005. Interested parti! es may obtain the Pricing Schedule and Statement of Work by contacting Clara Sullivan, Contract Specialist, at sullivancd@supship.navy.mil, or by phone at (360) 476-4041. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the lowest total price.], FAR 52.212-3, Alt I, Offeror Representations and Certifications--Commercial Items (Jan 2005), and FAR 52.233-2 Service of Protest (Aug 1996), (a) PSNS & IMF Code 400, 808 Burwell Street, Bremerton, WA 98337. The following FAR clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (June 2003), FAR 52-204-7 Central Contractor Registration; with 252.204-7004 ALT A (Nov 2003). Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995), FAR 52.211-15 Defense Priority and Allocation Requirements (Sept 1990), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2005) under para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), Alternate 1 (Oct 1995) (5)(i) FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) (7) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) (9) FAR 219-14 Limitations on Subcontracting (Dec 1996) (14) FAR 52.222-3 Convict Labor (Jun 2003) (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (16) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (17) FAR 52.222-26 Equal Opportunity (Apr 2002), (18) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (19) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (20) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (26) FAR 52.225-13 Restriction on Certain Foreign Purchases (Oct 2003), (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.228-5 Insurance--Work on a Government Installation (Jan 1997)(Worker's Compensation & Employer's Liability - minimum $100,000; Bodily Injury Liability - minimum $500,000 per occurrence; Automobile Liability - minimums of $200,00 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage). FAR 52.232-17 Interest (Jun 1996) FAR 52.247-34 F.O.B. Destination (Nov 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); under para (b), the following clause is incorporated: FAR 52.203-3 Gratuities (Apr 1984) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002), Alt III (May 2002) DFARS 252.225-7031 Secondary Arab Boycott of Israel (Apr 2003), DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFARS 252.204-7000 Disclosure of Information (Dec 1991), DFARS 252.242-7000 Postaward Conference (Dec 1991). At this time, we do not have the capability to receive submitted quotes through NECO. Quotes shall be faxed to Clara Sullivan at (360) 476-4930 or hand delivered to 808 Burwell Street, Bremerton, WA 98337. Submit the following items with the quotation: 1) Pricing Schedule, 2) Please review the new verbiage in the FAR Clause 52.212-3 Alt I Completed Representations and Certifications, and Submit Accordingly, and 3) Submit a Completed Offeror Representations and Certifications--Commercial Items, as required in DFARS 252.212-7000 (accessible at http://farsite.hill.af.mil ). Bidders' questions must be received no later than 27 July 2005, 12:00 P.M. (Pacific Standard Time). Offers are due no later than 1 August 2005, 12:00 P.M. (Pacific Dayli! ght Time). Anticipated award date is on (or about) 09 August 2005.
 
Record
SN00851257-W 20050722/050720212600 (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.