Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

95 -- Copper Ingots

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK PHILADELPHIA OFFICE, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N4215807RCMPP47
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00189-07-Q-Z115. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 2007-0802. It is the responsibility of the contractor 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/dars/dfars/html/current/252201.htm. The NAICS code is 332313 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. The FISC Division Philadelphia requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): (CLIN 0001) Copper Ingots 1AW ASTM-B-5 Alloy C120 @ 30,000 lbs. Delivery is ASAP. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (b) 5 (i), (9), (18), (19), (20), (25), and (33). Quoters shall include a completed copy of 52.212-3 and its 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 (a) 52.203-2 and (b) (4), (17), (20) (i). This announcement will close at 4 p.m. on 08/24/2007. Contact Christine Schmidt who can be reached at 215-697-9459 or email Christine.schmidt @navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. Central Contractor Registration (CCR). 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/ . METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quotation Requirements Contractors are required to submit their quotes as follows: Part I Technical Information This part shall contain Past Performance information. Past Performance The Offeror(s) shall describe its past performance on only the three most relevant contracts it has held within the last five (5) years which are of similar scope, magnitude, and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. Each reference shall be no more than two pages each. The offeror should provide the following information regarding its past performance: A. Contract Number(s), B. Name and phone number of contact at the Federal, State, Local, Government or Commercial entity for which the contract was performed, C. Dollar value of the Contract, D. Detailed description of the work performed, E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s), and F. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. EVALUATION - COMMERCIAL ITEMS (FAR 52.212-2)(JAN 1999) 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 past performance considered. Offerors are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, clauses at 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition, with the following clauses checked as applicable: 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans or Vietnam era, and 52.222-36, Affirmative Action for Workers with Disabilities. Number note 1 applies.
 
Place of Performance
Address: Naval Foundry and Propeller Center, 1811 Kitty Hawk Ave, Naval Business Center Philadelphia, PA
Zip Code: 19112-5087
Country: UNITED STATES
 
Record
SN01372505-W 20070816/070814222240 (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.