Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

41 -- 41-Plural Component Application Equipment

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0520
 
Response Due
9/18/2006
 
Archive Date
10/18/2006
 
Description
This is a commercial item and services prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00244-06-T-0520. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11 and DFARS Change Notice 20060711. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333912 and the small business standard is 500 employees. This is a small business set-aside. The Fleet and Industrial Supply Center, San Diego, Seal Beach Division, requests responses from qualified sources capable of providing the following: CLIN 0001, Plural Component Application Equipment, Plural Equipment, Advance Finishing, Portland, OR System #1 AF6815M or equal in accordance with attached specifications set forth in Attachment 1. CLIN 0002 Installation of above equipment CLIN 0003- Material Safety Data sheet (MSDS) CLIN 0004 Caution-Warning Plates CLIN 0005 Identification Plate CLIN 0006 Emergency Stop Buttons CLIN 0007 Operator, Maintenance, Repair Manuals (4) copies CLIN 0008 Spare Parts List CLIN 0009 PCB Certification CLIN 0010 OSHA Compliance Statement CLIN 0011 Warranty CLIN 0012 On-Site Personnel Training ? CLIN 0013 Course Outline Delivery and installation to be completed prior to Dec 30 2006. Place of delivery and installation is Silverdale, WA. 98315. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.211-8-Time of Delivery, 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.216-1, Type of Contract, 52.219-6, Notice of Total Small Business- Set Aside, 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 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; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. 52.246-17, Warranty of Supplies of A Noncomplex Nature, Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252 .223-7001, Hazard Warning Labels, 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea. All responsible sources may submit a quote, which shall be considered by the agency. Commercial Items is applicable to this procurement. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number, if applicable, business size, Tax Identification number, Cage Code, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.212-2, Evaluation-Commercial Items. Evaluation-Commercial Items (Jan 1999) (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability of proposed item to meet the requirement, (ii) Past Performance, (iii) Price Offerors? proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors(ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is significantly less important that Factor (iii) PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror?s best terms from both a price and technical standpoint. (b) Technical Capability of Proposed item to meet the Requirement, Factor (i) will be assed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, Instructions to Offerors-Commercial items, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors? technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors? technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. ( c ) Offeror?s Past Performance information submitted as required by FAR Clause 52.212-1, Instructions to offerors-Commerical Items, Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance for up to three prior similar contracts performed within the past three years. Past Performance information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror?s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the government and thus, may be unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror?s Past Performance as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror?s past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror?s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror?s past performance. (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Please specify compliance with the specifications or list any deviations when submitting your quote. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors shall also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the CCR database. Anticipated award date will be on or before 09/18/06. Fax quote to 562-626-7877 or Email: Rachel.McFarland@navy.mil
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN01142741-W 20060915/060913222104 (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.