Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2007 FBO #2154
SOLICITATION NOTICE

40 -- MOORING LINES

Notice Date
10/18/2007
 
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
N0060408T0013
 
Response Due
10/26/2007
 
Archive Date
11/24/2007
 
Point of Contact
lambert leong 808 473-7508
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR Subpart 13.5 as supplemented with additional information included in this announcement. The resulting award is intended to be a firm fixed price contract for ITEM 001, 1 EACH 200 ft synthetic mooring line, similar or equivalent to Phillystran inc. model HMPE 300-200 WITH 6 FT soft eye and chaffing and each end. ITEM 002, 1 EACH 400 FT synthetic mooring line, similar or equivalent to Phillystrain Inc. Model HMPE 300-400 FT with 6 ft soft eye and chaffing and each end. FOB Destination. Delivery is 30 days ARO. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or ot her information pertaining to this solicitation. Solicitation No.N00604-08-T-0013 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-06 and DFARS Change Notice 20051114. The applicable NAICS code is 314991 and the small business size standard is 500 employees. This procurement is a 100% small business set-aside. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract 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. A single award will be made to the lowest priced, technically acceptable quote. The pr ovision at FAR 52.212-1, Instructions to Offerors-Commercial Items, ap plies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The government plans to award a single contract resulting from this solicitation. FAR 52.212-2, Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the government shall use the indicated unit price(s) for evaluation and award purposes. Offerors shall include with the offer a completed copy of the provision in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. If the offeror has completed the annual representations and certifications electronically at http:/orca.bpn.gov, the offeror shall complete only paragraph (j) of the provision. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the V ietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 232-33 Pa yment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.232-36 Payment by Third Party, FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels and FAR 52.222-41 Service Contract Act of 1965, As Amended. FAR 52.215-5 Facsimile Proposals apply to this requirement. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, and DFARS 252.247-7023, Transportation of Supplies by Sea, DFARS 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference for Domestic Specialty Metals, 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Reg istration and DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. The Government intends to award a single contract resulting from this solicitation. A single award will be made to the lowest priced, technically acceptable quote. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Proposals shall be e-mailed to lambert.leong@navy.mil no later than 10:00 A.M. Hawaii Standard Time, 26 OCTOBER 2007. Facsimile proposals will be accepted at (808) 473-5750.
 
Record
SN01437024-W 20071020/071018224648 (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.