Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

W -- RENTAL OF AIR DRYER - HEATLESS REGENERATIVE DESICCANT DRYER

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-06-Q-0294
 
Response Due
9/5/2006
 
Archive Date
9/20/2006
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 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. This solicitation number N00181-06-Q-0294 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAIC is 532490 with a standard size of $6.5 mil dollars. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for the following line rental: CLIN 0001: Rental of 1 each Air Dryer per specifications for Heatless Regenerative Desiccant Dryer, which will be provided upon written request to fax number (757) 396-9895 or e-mail to alfredia.rich-murphy@navy.mil or richmurphyap@nnsy.navy.mil. The period of performance shall be 26 Sep 2006 through 30 Aug 2007 to include an option to extend contract period or to return the units prior to expiration of rental period. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. The delivery is required on or before 26 Sep 2006 and the Government reserves the right to accept the best offered delivery date. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 23, and 26. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-16, 52.211-17, and 52.247-34, 52.219-22, 52.222-25, and 52.246-2, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001, 252.225-7021, and 252.225-7036. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: delivery is more important than price, past quality performance and other factors considered. THE AWARD SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 05 Sep 2006; 11:30 PM, Local Time and shall reference solicitation no. N00181-06-Q-0294. Questions/responses relative to this solicitation may be faxed to (757)-396-9895 or 8503 or emailed to alfredia.rich-murphy@navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered Note 9 applies.
 
Place of Performance
Address: FISC - NNSY MARITIME INDUSTRIAL BRANCH, HAMPTON ROADS DIVISION, CONTRACTING DEPARTMENT, BLDG 1500 - 2ND FLOOR, PORTSMOUTH, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01122491-W 20060824/060822221953 (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.