Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

J -- OVERHAUL SCULLERY

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
811412 — Appliance Repair and Maintenance
 
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
Reference-Number-V206355307EH31
 
Response Due
12/1/2005
 
Archive Date
12/1/2006
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. Reference Number V206355307EH31 applies and is issued as a Request for Quotation. This procurement is being distributed for 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 811412 and the business size standard in millions of dollars is $6.0. This is for the scullery overhaul aboard the USS Emory S Land (AS-39) stationed in La Maddalena, Italy (See statement of Work). Period of Performance is date of award ?31 Jan 06. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.237-3 Continuity of Services (JAN 1991), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (MAY 2001) 52.245-1 Property Records (APR 1984), 52.245-2 Government Property (Fixed-Price Contracts), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (SEP 1996), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.204-5 Women?Owned Business (Other than small business) MAY 1999), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.215-6 Place of Performance (OCT 1997), 52.211-6 Brand Name or Equal (AUG 1999), 52.211-9 Desired and required Time of Delivery (JUN 1997), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (May 2004), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAR 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses 52.204-3, 52.204-5, 52.209-5, 52.212-3, 52.219-1. Fill in the items required in these clauses and send in with your proposal. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) 1 completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price for each item, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) FAR clauses requiring fill ins. PAST PERFORMANCE. Include evidence of successful efforts in similar work, to verify that the Offeror has an established professional reputation in the full development of same or similar nature. This must also clearly indicate whether the experience was gained as a prime contractor or as a subcontractor. The experience may include work accomplished for Government and non-Government entities. (USE ATTACHED SURVEY FORM TO BE COMPLETED BY THE PREVIOUS CUSTOMER AND HAVE THE PREVIOUS CUSTOMER FAX IT TO THE GOVERNMENT POC: Arleen L. Starks) For current or previous contracts include: Title of Contract Contract Number and Type Description of Product or Service Period of Performance (Beginning and Completion Dates) Dollar Value of Contract Agency/Company for which Performed Agency/Company Point of Contract and Telephone Number Contracting Officer, Government Program Manager or Contracting Officer Representative The Government will evaluate past performance as a factor for award. The Government reserves the right to review other relevant past performance information contained in either local files or from other Government sources. General trends in a contractor?s evaluation of the quality and content of the Offeror?s past performance are separate and distinct from the Contracting Officer?s responsibility determination. Evaluation will be based on the extent to which the Offeror has demonstrated through recent past performance under contracts of similar nature; it?s ability to successfully meet the requirements of the Request for Proposal (RFP). The evaluation will consider the Offeror?s history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule and commitment to providing quality products and services at fair and reasonable prices. Evaluation of relevant experiences shall be based on the extent to which the Offeror?s past experience demonstrates the ability to provide the services past experience demonstrates the ability to provide the services similar to that described in the statement of work. Companies lacking in relevant past performance history will be given a rating of Neutral. 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: PAST PERFORMANCE, TECHNICAL AND PRICE. All factors considered, when combined, are equally important. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior technical or corporate experience. Quotations must be received no later than 1600 Dec 1, 2005 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen.Starks@navy.mil. FOB destination.
 
Place of Performance
Address: USS EMORY S LAND (AS-39), LA MADDALENA, ITALY
Country: ITALY
 
Record
SN00934657-W 20051120/051118212318 (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.