Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

J -- Tank Cleaners for Bremerton, WA

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N4523A 1400 Farragut Ave Puget Sound Naval Shipyard Bremerton, WA
 
ZIP Code
00000
 
Solicitation Number
N4523A07Q0008
 
Response Due
9/24/2007
 
Archive Date
10/24/2007
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N4523A-07-Q-0008 is issued as a Request for Quotation, authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items to Utilize Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. NAICS Code is 336611. Small business size standard is 1,000 employees. This is a small business set-aside. Firms must be commercial companies capable of providing qualified Tank Cleaners for work relative to U.S.NAVY ship repair in a U.S. NAVY shipyard. The contractor shall provide Seven (7) Tank Cleaners and one (1) Lead Tank Cleaner in accordance with the Statement of Work. The period of performance for this work is: 19 October 2007 through 12 January 2008. Interested parties may obtain the Pricing Schedule and Statement of Work by contacting Karen Carter, Contracting Officer, via e-mail at karen.w.carter@navy.mil or phone at (360) 476-4053 or by contacting Clara Sullivan, Contracting Officer via email at clara.d.sullivan@navy.mil or phone at (360) 476-4041. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the lowest total price], and FAR 52.212-3, Alt I (Apr 2002), Offeror Representations and Certifications--Commercial Items (Aug 2007). The following FAR clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52-204-7 (Jul 2006) Central Contractor Registration: with 252.204-7004 ALT A (Sept 2007). Note: Lack of current registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Sep 2006), FAR 52.211-15 Defense Priority and Allocation Requirements (Sep 1990), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2007), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 2007) under para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate 1 (Oct 1995), (5)(i) FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003), (7) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) (9) FAR 219-14 Limita tions on Subcontracting (Dec 1996) (15) FAR 52.222-3 Convict Labor (Jun 2003) (16) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007) (17) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (18) FAR 52.222-26 Equal Opportunity (Mar 2007), (19) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Sep 2006), (20) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (21) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), (27) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006), (32) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.228-5 Insurance--Work on a Government Installation (Jan 1997): (Worker's Compensation & Employer's Liability - minimum $100,000; Bodily Injury Liability - minimum $500,000 per occurr ence; Automobile Liability - minimums of $200,00 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage). FAR 52.232-18 Availability of Funds (APR 1984); FAR 52.247-34 F.O.B. Destination (Nov 1991); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 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 (Apr 2007); under paragraph (b), the following clause is incorporated: DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002), Alt III (May 2002); DFARS 252.225-7031 Secondary Arab Boycott of Israel (JUN 2005), DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFARS 252.204-7000 Disclosure of Information (Dec 1991). Quotes shall be faxed to ATTN: Karen Carter and Clara Sullivan at FAX (36 0) 476-4935 or hand delivered to 808 Burwell Street, Bremerton, WA 98337. (NOTE: Quotes will NOT be accepted through NECO). Submit the following items with the quotation: 1) Pricing Schedule; 2) Please review the new verbiage in the FAR Clause 52.212-3 Alt I Completed Representations and Certifications, and submit accordingly, and; 3) Submit a Completed Offeror Representations and Certifications--Commercial Items, as required in DFARS 252.212-7000 (Jun 2005) (accessible at http://farsite.hill.af.mil). Bidders' questions must be received no later than 18 September 2007, 12:00 NOON (Pacific Standard Time). Offers are due no later than 24 September 2007, 12:00 NOON (Pacific Standard Time). Anticipated award date is on (or about) 27 September 2007.
 
Record
SN01407794-W 20070916/070915195915 (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.