Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

95 -- Aluminum plate, aviation grate, (30) each; Combined synopsis/solicitation; see below;

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024407T0307
 
Response Due
3/16/2007
 
Archive Date
4/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 Test Program for Commercial Items, FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-07-T-0307. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-15, class deviation 2005-o0001 and DFARS-DCN 20070212. This solicitation is issued as unrestricted. NAICS Code 331315 is applicable and business size is 750 employees. The following material is required: Line Item 0001: Aluminum plate, (30) each; Aviation Grade: 7050-T7451, AMS-4050, dimensions: 4? T x 28? W x 66? L; Long grain is required to run in the longitudinal direction, 66? Long; Each piece must be palletized separately. Line Item 0002: Test Pieces per heat lot, (5) each; 7050-T7451, Aluminum Plate: 4?T x 28? W x 5?L; Government Delivery Requirements: Partial deliveries of material will be authorized. Five piece deliveries are the minimum for a single delivery. Large deliveries are preferable. The Contractor must provide an accurate and realistic delivery schedule based on information from the mill they will obtain the material from. Additional requirements: All items listed shall be accompanied with the certificate of conformance and test report. The certification shall contain the manufacturer, the mill lot, and the heat lot identification as a minimum. All metal shall be marked with manufacturer, the mill lot, and/or heat lot identification, size permitting. The test report shall show data such as the requisition number, description of material, chemical analysis and mechanical properties. Packaging standards shall not be less than Hardwood skids; 1? wider and 1? longer than product Width and length protective edging with reinforced corners Heavy cardboard/wood top and bottom, same size as product Cross boards for banding, no metal-to-metal banding Multi-packs are acceptable. Each item must be packaged properly and must have the correct paperwork. Mark each package with the requisition numbers and local stock numbers (to be provided upon award). Direct shipping from vendor required (no sub-vendor shipping) to ensure all specifications are met. The required delivery date (RDD) in accordance with FAR 52.211-8 is 90 days after receipt of order. If any contract takes exception to this required RDD the contractor must propose their most realistic delivery date and or delivery schedule in accordance with FAR 52.211-8. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center-SW, San Diego, CA 92135. Any technical questions are to be directed to: Ralph A. Franchi Contract Negotiator, US Navy, FISCSD, Code 240, 619-532-2517, ralph.franchi@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.215-5 Facsimile Proposals, (c) Fax: 619-532-1088 FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Capability of the contractor to provide the required material. To be determined technically acceptable, the contractor must furnish information, descriptive literature that provides pertinent information to the products being offered. Data must be submitted in accordance with FAR 52.212-1(b)(4). Provide information in an electronic (pdf preferred) if possible. Contractors meeting factor one will have their quotation further evaluated under factors ii and iii. (ii) Past Performance: Provide Past Performance data on your companies? two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price and the name of Government activity or commercial company, point of contact/phone number. This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide a unit current pricing for the CLIN specified and a total cost for each line item under this solicitation (if pricing is applicable). Pricing will be evaluated against other quotations received. (iv) Delivery Schedule: Contractors are required to provide an accurate, realistic delivery schedule and a final delivery date based on current information from the mill that will supply the material. All factors listed will be evaluated and are considered of equal importance in the Contracting Officers award decision therefore the ability of a contractor to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 is hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 333 Non US Navy Owned Cranes Aug 2004; 52.204-7 Central Contractor Registration (Oct 2003); 52.204-7 Central Contract Registration Oct 2003; 52.204-8 Annual Representations and Certifications Jan 2006; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-7 Central Contract Registration; 52.204-8 Annual Representations and Ce rtifications, Jan 2006; DFARS 252.212-7000 Offeror representations and certifications-Commercial Items, Jun 2005; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; 252.225-7014 Preference for domestic specialty metals Jun 2005; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 240, 619-532-2517, 619-532-1088 fax. ralph.franchi@navy.mil Reference solicitation number: N00244-07-T-0307 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on March 16, 2007. .
 
Record
SN01244952-W 20070308/070306221450 (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.