Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

93 -- Flex Fender

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-06-T-0345
 
Response Due
7/24/2006
 
Archive Date
8/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-06-T-0345. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department intends to purchase on a sole source basis the following item: (1) 80 Each, Flex Fender, Black in color, 96 inches in length, in accordance with NAVSEA drawing 04A1010-REV. Delivery will be 8 weeks after the receipt of order, FOB Point: Origin , shipping cost to be handled by STS, (Smart Transportation Solution). Suggested sole source manufacturer is Ultra Ploy, Inc., 2926 S Steele St., Tacoma, WA 98409-7638. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (FEB 2006), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 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 (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003), 52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); At a minimum, the responsible source shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Response to this solicitation is due by July 24, 2006, 12:00 P.M. The offer can be emailed to david.zareczny@navy.mil, or faxed to 757-443-1389 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: David C Zareczny Code 230B6, Norfolk, VA.23511-3392. Reference RFQ N00189-06-T-0345, on your proposal. Numbered Notes: Numbers 1and 22 apply, NAICS 326299 (500 Employees)
 
Record
SN01088598-W 20060715/060713221533 (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  © 1994-2020, Loren Data Corp.