Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

68 -- HELIUM GAS

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 Building 1500 Code 532.2D Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018907T0606
 
Response Due
9/26/2007
 
Archive Date
10/26/2007
 
Point of Contact
MICHAEL JACKSON 757-396-8007
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN REQUEST WILL BE NOT ISSUED. This solicitation number N00189-07-T-0606 is issued as a request for quotation, RFQ. This requirement is unrestricted and the applicable NAICS is 325120 with a standard size of 1,000 employees. FISC Norfolk Naval Shipyard anticipates award of a firm fixed price contract for the following line item: CLIN 0001: REQN N4215807RCJ0067, QUANTITY shall not exceed 43,008 CU.FT, per year, Ordering Data: A. Gas mixture, 2.5% CO2, 7.5% Argon in Helium for ONE (1) BASE YEAR WITH FOUR (4) OPTION YEARS, see ordering data below. B. Material Safety Data Sheet required with material. C. All material for this line item must be marked and identified clearly on each individual container and label IAW CFR29.1910.1200. Offeror must include the following with their quote: Price per cubic feet including base year and each option year. The period of performance is one (1) year from date of award with four (4) one year option periods. CLIN 0002: REQN N4215807RCJ0068, Cylinder Rental, QUANTITY shall not exceed 288, per year, ONE (1) BASE YEAR WITH FOUR (4) one year option periods. See ordering data below. Ordering Data: A. Cylinder size shall range from 235 to 336 cu. ft. B. Vendor pick up of empty and return of full cylinders shall be within 24 hours of notification. Offeror must include the following with their quote: Price per cylinder including base year and each option year. The period of performance is one (1) year from date of award with four (4) option years. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2 price and past performance are of equal importance, 52.212-3, 52.212-4, and 52.212-5 incorporating 5, 14, 15, 16, 17, 18, 20, 23, 26, 27 and 32. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-16, IAW paragraph b. +10%, -0, 52.211-17, and 52.247-34, 52.222-25, DFAR 252.212-7000, 252.212-7001 incorporating 252.225-7036 alternate I. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration, CCR, applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Notice to Offerers: This procurement is part of the Navy's Contractor Evaluation System RED/Yellow/Green Program. Award will be based on the contracting officer's decision as to which offer provides the best value to the Navy, price, past performance, and other factors considered. The award shall meet requirements for access to NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: 1. Birth Certificate .2 Verification of Birth, DD Form 372, 3. Hospital birth certificate with an authenticating seal, 4. For those persons born abroad to a U.S. citizen parent: a. Certificate of citizenship issued by the Immigration and Naturalization Service b. Report of birth Abroad of a Citizen of the United States of America, Form FS-240, c. Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State, 5. Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s), 6. Certification of Naturalization, original only. Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices, e.g. company letterhead, quote form, etc, but must include the following 1. Complete mailing/remittance address (s); 2. Prompt payment discount; 3. Delivery Schedule; 4. Taxpayer ID#; 5. All completed certifications as required herein. All responses must be received by 26 SEP 2007, 4:30 PM, Local Time and shall reference solicitation no. N00189-07-T-0606. Responses may be faxed to 757-396-8017, Norfolk Naval Shipyard, Maritime Industrial Branch, Purchase Division, Code 532.2M, Attn: Michael R. Jackson, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000, phone: 757-396-8007 or emailed to Michael.r.jackson3@navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars.
 
Record
SN01419365-W 20070926/070924224943 (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.