Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

54 -- PREFABRICATED BUILDINGS & STRUCTURES

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419
 
ZIP Code
78419
 
Solicitation Number
N68836-06-T-0104
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
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. Solicitation number N68836-06-T-0104 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-06-T-0104. The North American Industry Classification System (NAICS) Code is 336214 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Numbered Note 1, applies. Note: To get a detailed ?Statement of Work for Breakdown? Request must be in writing by E-mail, see below for emal adddress: CLIN 0001 1 ea Fire Safety House Trailer, CLIN 0002 1 ea Weather Smart Package; CLIN 0003 1 ea External Loudspeaker, CLIN 0004 1 ea Generator, Honda, EM6500SX, CLIN 0005 1 ea Wheel chair ramp; CLIN 0006 1 ea Pull Station w/Horn & Strobe; CLIN 0007 1 ea Two Carbon Monoxide detectors w/Nighthawk; CLIN 0008 1 ea 1.6 cu ft Refrigeration Built-Up, CLIN 0009 1 ea Deluxe roll-out awning, CLIN 0010 1 ea Case of Liquid smoke, CLIN 0011 CLIN 0012 1 ea Freight Cost. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-1 Buy American Act-Supplies (JUN 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004),. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications?Commercial Items (Mar 2005) 52.212-3 Alt 1 Offeror Representations and Certifications?Commercial Items (Apr 2002 (Mar 2005) Alternate 1 52.215-5 Facsimile Proposals (OCT 1997) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.222-21 ? Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 ? Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 ? Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332)), DFAR 252.204-7004 ? Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 ? Item Identification and Valuation (JAN 2004), 252-225-7001 BA Certification, 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: 252.225-7001 Buy American Act and DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) 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, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. Quotations must be received no later than 2:00 P.M., 16 JUN 06 CST. Quotations must be in writing and may be faxed, emailed or mailed to the following. Attn: Jesus H. Garcia, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419. Fax 361-961-2394, Telephone 361-9613877, EMAIL: jesse.h.Garcia@navy.mil.
 
Place of Performance
Address: NAS CORPUS CHRISTI, 9035 OCEAN DRIVE, CORPUS CHRISTI, TX
Zip Code: 78419
 
Record
SN01061796-W 20060604/060602221403 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.