Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

A -- upgrade and renovate wardroom, c.o. cabin, cpo mess & lounge on the USS Russell homeported in Pearl Harbor, HI

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060407T0295
 
Response Due
6/27/2007
 
Archive Date
7/27/2007
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR Subpart 13.5 as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-07-T-0295 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-06 and DFARS Change Notice 20051114. The applicable NAICS code is 314110 and the small business size standard is 500 employees. This procurement is a 100% small business set-aside. All qualified responsible busine ss sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. A single award will be made to the lowest priced, technically acceptable quote. The resulting award is intended to be a firm fixed price contract for the USS Russell. The requirement is to upgrade carpeting, upholstery, and chairs in the wardroom, C.O. cabin and CPO mess. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The government plans to award a single contract re sulting from this solicitation. FAR 52.212-2, Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the government shall use the indicated unit price(s) for evaluation and award purposes. Offerors shall include with the offer a completed copy of the provision in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. If the offeror has completed the annual representations and certifications electronically at http:/orca.bpn.gov, the offeror shall complete only paragraph (j) of the provision. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Te rms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.232-36 Payment by Third Party, FAR 52.247-64 Preference for Privately Own ed U.S.-Flag Commercial Vessels and FAR 52.222-41 Service Contract Act of 1965, As Amended. FAR 52.215-5 Facsimile Proposals apply to this requirement. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. The Government intends to award a single contract resulting from this solicitation. A single award will be made to the lowest priced, technically acceptable quote. All prospective quoters intereste d in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Proposals shall be e-mailed to lambert.leong@navy.mil no later than 10:00 A.M. Hawaii Standard Time, 27 June 2007. Facsimile proposals will be accepted at (808) 473-5750.
 
Record
SN01326168-W 20070624/070622235735 (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.