Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2007 FBO #2147
SOLICITATION NOTICE

W -- Rental of Large Sedans for Pacific Command Conference

Notice Date
10/11/2007
 
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
N0060408T0007
 
Response Due
10/16/2007
 
Archive Date
10/17/2007
 
Point of Contact
James D. Favors 808 473-7504
 
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 SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-08-T-0007. This solicitation is being issued as a Request for Quotations (RFQs), for a Firm Fixed Price (FFP) contract incorporating provisions and clauses in effect through Federal Acquisition Circular 2007-18, dated July 5, 2007 and DFARS Change Notice 20070814, dated August 14, 2007 . It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/. The NAICS code is 532111 and the Small Business Standard is $23.5M. This requirement is unrestricted, and only qualified offerors may submit bids. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from responsible sources for the following: ITEM 0001: 33 each Large Sedans (Cadillac or Lincoln). Vehicles will be picked up by authorized government personnel. Delivery required by as follows: Five (5) Large Sedans picked up on 24 October 2007 at 0630 (6:30am); 28 Large Sedans picked up on 26 October 2007 at 0630 (6:30am); and all returned on 5 November 2007 not later than 1730 (5:30pm). CONTRACTOR TO PROVIDE A QUOTATION MATCHING THE ABOVE REQUIREMENT. Contractor must be registered in the Central Contractor Regist ration Database (CCR) to be eligible for Department of Defense Contrac t 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. 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 provisions and clauses are applicable: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.211-5, Material Requirements; FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. The following factors will be used to evaluate offerors: (1) Technically acceptable; (2) Price. Award will be made to the low cost, technically acceptable responsible offerer. Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certifications, Alt I must accompany your quote ? and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items apply to this requirement. Offeror shall submit a completed copy of the provisions listed above with its offer; FAR 52.212-4, Contact Terms and Conditions?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; FAR 52.216-24, Limitations of Government Liability; FAR 52.216-25, Contract Definitization; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; FAR 52.223-13, Certification of Toxic Chemical Release Reporting; FAR 52.223-14, Toxic Chemical Release Reporting; FAR 52.225-18, Place of manufacture; FAR 52.232-1, Payments; FAR 52.232-3, Hazardous Material Identification and Material Safety Data; FAR 52.232-18, Availability of Funds; FAR 52.233-2, Service of protest; FAR 52.233-3, Protest after Award; FAR 52.233-4, applicable Law for Breach of Contract; FAR 52.243-1, Changes-Fixed Price; FAR 52.244 -6, Subcontracts for Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea. Proposals shall be e-mailed to: james.d.favors@navy.mil no later than 12:00 pm (noon), HST, 16 October 2007. Facsimile proposals will be accepted via fax (808) 473-3524. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. All quotes shall include price(s), a point of contact name and phone number, GSA contract number if applicable, business size, and payment terms. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://contacts.gsa.gov/webforms.nsf/0/E331497A1FE0AE1F85256A260055A47B/$file/sf1449.pdf or provide quote on company letterhe ad. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following local clauses are applicable: UNIT PRICES (FISCPH) (JUL 2007) Contractor?s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. (Local Clause L003) REVIEW OF AGENCY PROTESTS (FISCPH) (SEP 2007) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the ?Contracting Officer? or ?Reviewing Official?. (d) Offerors should note this review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. (Local Clause L331) **********End of Combined Synopsis/Solicitation**************
 
Record
SN01432636-W 20071013/071011223937 (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.