Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

61 -- Electrical Cable M27500-22SD2T23

Notice Date
4/15/2008
 
Notice Type
Presolicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883608T0078
 
Response Due
4/28/2008
 
Point of Contact
Susan M Pierce, Phone: 904-542-0039
 
E-Mail Address
susan.m.pierce@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-08-T-0078 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Change Notice 20080124. The North American Industry Classification System (NAICS) code is 423610 and the business size standard is 1000 employees. Fleet and Industrial Supply Center, Naval Air Station Jacksonville FL intends to purchase on a full and open competitive basis M27500-22SD2T23 Electrical Cable, basic wire spec MIL-W-22759/34, 22AWG, 2 wires (1 white, 1 blue), single shield (tin coated copper, round, max temp 150C or 302F), single jacket (white, crosslinked, extruded, modified, ethylene-tetraflouroethylene copolymer XLETFE), 100,000 ft delivered as 20 spools each at 5,000 continuous feet without splices/breaks, spools at 1-ft diameter with 1.5-inch center mounting hole. Certificate of Conformance is required. Delivery address will be at NAS Jacksonville FL 32212. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1 Instructions to OffersCommercial, 52.212-2 Evaluation-Commercial items, Provision 52.212-3 Offeror Representations and Certifications- Commercial Items, Provision 52.222.22 Previous Contracts and Compliance Reports, Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractors commercial warranty. Contract Terms and Conditions--Commercial Items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-19 Child L! abor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment), Clause 52.219-1 Alt 1 Small Business Program Representations, Clause 52.246-15 Certificate of Conformance, and the following DFARs provisions and clauses: Provision 252.225-7000 Buy American Act-Balance of Payments Program Certificate, Clause 252.204-7004 Central Contractor Registration, Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program, and 252.232-7003 ! Electronic Submission of Payment Requests). Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) companys complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer or provide updated information via ORCA. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M. APRIL 28, 2008. Quotations must be in writing and may be faxed, emailed, or mailed to the following. Attn Susan M Pierce, Fleet and Industrial Supply Center, FISC Jacksonville Bldg, 110 Naval Air Station Jacksonville FL 32212. Fax 904-542-1095, Telephone 904-542-0039, email susan.m.pierce@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a548c6448e44271620b50c21b1353372&tab=core&_cview=1)
 
Record
SN01554154-W 20080417/080415215933-79f50ae026ebd35ab74c9ca29f8045d4 (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.