Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

69 -- Concrete Slab Target

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607T0205
 
Response Due
9/6/2007
 
Archive Date
10/6/2007
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA, is issuing a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Part 12.603. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N68936-07-T-0205 is issued as a Request for Quote (RFQ). All responsible sources may submit a quotation, which shall be considered by the agency. The Naval Air Warfare Center Weapons Division China Lake, CA, intends to procure on a full and open competition basis eight (8) concrete slab targets for use as targets. This procurement is a Hubzone Small Business Set-Aside. CLIN 0001, 15 ft x 15 ft x 20 inches at 5,000 psi concrete, quantity of 2 each. CLIN 0002, 15 ft x 15 ft x 6 inches at 5,000 psi concrete, quantity of 2 each. CLIN 0003, 22 ft x 22 ft x 4 ft at 5,000 psi concrete, quantity of 2 each. CLIN 0004, 22 ft x 22 ft x 4 ft at 7,000 psi concrete, quantity of 2 each. Detailed drawings are available by e-mail upon request from Erin Strand, Contract Specialist (see below for contact information). CLINs 0003 and 0004 use the same drawing with different compression strengths. Cost shall include minor grading to provide a level pad for the concrete pours. The location of the pour will be at the SNORT track. The targets will be poured in the SNORT west target yard, which is located about 15,000 feet North of the breech, or SNORT track starting point. Water has a limited availability. Water will be flowing in the SNORT track center, so the contractor will have to supply a small powered pump (gas/generator preferred) to suck the wa ter out of the center trough and use it for their specific needs and purposes. The Government will move the blocks from the pour site to the target site at a later date. The concrete slab targets completion date shall be 30 November 2007 or contractor's best delivery schedule. The provision FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2005), applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-2, Evaluation - Commercial Items (Jan 1999), applies and contains important evaluation information. Award will be made to the most responsible offeror whose offer conforms to the solicitation and will be the most advantageous to the Government, price and technical factors considered. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications - Commercial Items (Jun 2003), and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995), with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2004), and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Jun 2004); 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995) with Alt I (OCT 1995); 52.219-3, Notice of Total HUBZone Set-Aside; 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post-Award Small Business Program Rerepresentations (June 2007); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999); 52.203-3, Gratuities (Apr 1984); 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Jul 1995); 52.214-34, Submission of Offers in the English Language (Apr 1991); 52.214-35, Submission of Offers in US Currency (Apr 1991); 52.222-3, Convict Labor (Aug 1996); 52.222-19, Child Labor ? Cooperation With Authorities and Remedies (Sep 2002); 52.225-13, Restrictions on Ce rtain Foreign Purchases (Dec 2003); 52.232-17, Interest (Jun 1996); 52.233-3, Protest After Award (Aug 1996); 52.247-34, FOB Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-5, Authorized Deviations in Provisions (Apr 1984); 52.252-6, Authorized Deviations in Clauses (Apr 1984); DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions ? Commercial Items (Nov 2001); 252.204-7004, Required Central Contractor Registration (52.204-7)(Oct 2003) ? Alt A (Nov 2003); 252.225-7000, Buy American Act And Balance of Payments Program Certificate (Apr 2003); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings ? Alt 1 (May 2004); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.247-7023, Transportation of Supplies by Sea (Mar 2000); 5252.204-9504, Disclosure of Contract Information (Jan 2007); 5252.232-9513, Invoicing Instructions and Payments WAWF (March 2006). The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17. The NAICS code is 327390 and size standard is 500 employees for this procurement. The purchase order has a DPAS rating of DO-C9. The resulting purchase order/contract will be Firm-Fixed Price. Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Respondents shall submit their quote to Erin Strand by mail to Commander, Code 220000D, Attn: Erin Strand, 429 E. Bowen Road Stop 4015, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6108; by fax to (760) 939-8329; or by electronic mail to erin.strand@navy.mil no later than 6 September 2007 at 2:00 p.m. PST. In your quote, please include your firms Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned. The anticipated award date is 17 September 2007. Numbered Note 27 applies. Place of Performance = NAWCWD, China Lake, CA Set Aside = Hubzone NAICS Code = 327390
 
Record
SN01380025-W 20070823/070822071211 (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.