Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

47 -- Seamless Titanium Tubing - 2

Notice Date
7/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-T-0220
 
Response Due
8/3/2006
 
Archive Date
8/18/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued. This requirement is advertised as an unrestricted acquisition. Solicitation/Reference Number N00421-06-T-0191 is being issued as a request for proposal (RFP) for the below listed various sizes of Seamless Titanium Tubing. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and Defense Federal Acquisition Regulations Supplement Change Notice 20051220. The Government intends to award a firm-fixed price order for this Procurement. THIS IS A REQUEST FOR COMPETITIVE PROPOSALS. The Metals and Ceramics Branch (Code 4.9.7.1) of the Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River Maryland has a requirement for the acquisition of various sized Seamless Titanium Tubing (3AL-2.5V per AMS-4945). The tubing will be delivered to the Naval Air Systems Command, 48066 Shaw Road, Building 114, Patuxent River Maryland 20670-1906. Anticipated award date is July 12, 2006. The delivery date will be 60 days after date of award. Contractors will need to provide the following: CLIN 0001 ? .250? OD x .022? WL x 5/6? R/L?s 50 feet, CLIN 0002 ? .375? OD x .032? WL x 5/6? R/L?s 100 feet, CLIN 0003 ? .500? OD x .043? WL x 5/6? R/L?s 50 feet, CLIN 0004 ? .625? OD x .054? WL x 5/6? R/L?s 50 feet, CLIN 0005 ? .750? OD x .065? WL x 5/6? R/L?s 50 feet, CLIN 0006 ? .375? OD x .022? WL x 5/6? R/L?s 50 feet, CLIN 0007 ? .500? OD x .022? WL x 5/6? R/L?s 50 feet, CLIN 0008 ? .625? OD x .023? WL x 5/6? R/L?s 50 feet, CLIN 0009 ? .750? OD x .027? WL x 5/6? R/L?s 50 feet, CLIN 0010 ? 1.000? OD x .036? WL x 5/6? R/L?s 50 feet. Interested offerors must obtain the past performance information sheet that will need to be filled out and submitted with their proposal. Offerors may either download this information from the NAVAIR 2.0 solicitation web site (http://www.navair.navy.mil/doing_business/open_solicitations/) or contact the Contract Specialist to obtain these forms. The provision at FAR 52.212-1, Instructions to Offerors applies to this procurement. The provision at FAR 52.212-2, Evaluation ? Commercial Items applies to this procurement. The evaluation criteria in paragraph (a) of this clause that will be used are price and past performance. Price is approximately equal to past performance. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this procurement. Offerors shall fill out this provision and submit it with their offer or indicate in their offer that their representations and certifications are available on the Online Representations and Certifications Application (ORCA) website. The clause at FAR 52.212-4, Contract Terms and Condition ? Commercial Items, applies to this procurement. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this procurement. Within this clause the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor?Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration The provision at DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items, applies to this procurement. Offerors shall fill out this provision and submit it with their offer or indicate that the completed provision for their company is available on ORCA. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this procurement. Within this clause the following clauses apply: 52.203-3, Gratuities 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustments 252.247-7023, Transportation of Supplies by Sea The following clauses and provisions also apply to this procurement: 52.204-7, Central Contractor Registration 252.204-7004, Alternate A NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award and payment from any DOD activity. Information on registration and annual confirmation requirements for CCR may be obtained by calling 1-888-227-2423, or by accessing the CCR web site at http://ccr.dlsc.dla.mil or www.ccr2000.com. Also Contractors will be required to register for Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additonal support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 1-800-559-WAWF (9293). . REQUEST FOR PROPOSAL: Interested parties should submit in their proposal the following information describing their capabilities: proposed firm-fixed price, any company pamphlets or brochures for the items being offered; a description of the items to be utilized including the methods of transporting (including proposed delivery schedule/requirements and including other conditions for purchasing the items); the name and telephone number of a company representative that can be contacted, and the company?s address, DUNS Number, Cage Code, TIN number and proposed price. Offers shall be submitted via e-mail or facsimile by 03 August 2006 by 2pm (1400) EST to the following Point of Contact: Sabana Moore (sabana.moore@navy.mil), phone (301) 757-2611, fax (301) 757-8959.
 
Place of Performance
Address: Naval Air Systems Command, Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01094234-W 20060722/060720221537 (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.