Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

45 -- Remove and Replace Hot Water Heater, Water Storage Tank and install Timer - 100% SET ASIDE for EMERGING SMALL BUSINESS

Notice Date
5/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-08-T-0054
 
Point of Contact
Loria A. Samples,, Phone: 804-734-8402, Michael L Shaffer,, Phone: 804-734-8681
 
E-Mail Address
loria.samples@deca.mil, michael.shaffer@deca.mil
 
Small Business Set-Aside
Very Small Business
 
Description
Solicitation No.: HDEC05-08-T-0054 Posted Date: May 16, 2008 Response Date: May 30, 2008 POC: Loria Samples Fax: 804-734-8669 Phone: 804-734-8402 Places of Performance: Defense Commissary Agency (DeCA) Headquarters, Fort Lee, VA 23801-1800 THIS IS a 100% Emerging Small Business Set-Aside Classification Code: 45 – Plumbing, Heating and Sanitation Equipment FSC Code: 4520 NAICS Code: 238220 SIC Code: 1711 Size Standard: $13.0 million Description: Remove and Replace Hot Water Heater, Water Storage Tank and install Timer. A) This is a combined synopsis and solicitation for commercial items (including services) 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. B) The solicitation number for this procurement is HDEC05-08-T-0054 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24, DFARS Change Notice 20080423, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 1711. The North American Industry Classification systems (NAICS) code is 238220. The Size standard is $13.0 million. This solicitation is being issued pursuant to the Small Business Competitiveness Demonstration Program and is an Emerging Small Business Set-Aside. To qualify as an Emerging Small Business you must be a small business concern whose size is no greater than 50 percent of the size standard applicable to the NAICS code assigned to this solicitation. E) Contract Line Item Numbers (CLINS) – Provide pricing in the following format: Location: Defense Commissary Agency (DeCA) Headquarters, 1300 E Avenue, Fort Lee VA 23801-1800 CLIN 0001- Hot Water Heater, replacement of AO Smith model no. BTC-120, to include installation: $______________________________ Warranty:_________________________________ CLIN 0002 – Water Storage Tank, replacement of AO Smith model no. TJV-120A, to include installation: $_____________________________ Warranty:___________________________________ CLIN 0003 – Programmable Thermostat Controller for hot water heater, to include installation: $_______________________________ Warranty: ________________________________ DELIVERY DATE: Provide a date of expected delivery of items and date to begin work. TOTAL $__________________________DELIVERY DATE:_________________________ F)DESCRIPTION OF REQUIREMENTS: Contractor shall provide all supervision, personnel, equipment, transportation, tools, parts and other items and services necessary to remove the existing hot water heater and water storage tank and replace with new equipment including programmable thermostat controller as described in each CLIN above and in the specifications described below. Contractor is to dispose of existing heater and storage tank offsite. A site visit will be held on May 20, 2008 at 10:00a.m. Please contact Loria Samples at 804-734-8402 or by email at loria.samples@deca.mil with your company information and point of contact information if planning on attending the site visit. No other site visit will be arranged. SPECIFICATIONS: 1.1COMMERCIAL GAS FIRED WATER HEATERS This is the replacement for an existing water heater. The exact measurements shall be determined at the site visit. The water heater shall consist of a 75 gallon water heater with an additional minimum 118 gallon storage tank mounted on the existing slab which is 5’- 8” by 4’-10” and the unit shall not exceed 6’-5” tall and shall meet or exceed the following specifications: a.Packaged, integrated, separated combustion water heater with storage tank, separate storage tank, controls, circulators and local piping. b.Heater design shall be copper tubes having extruded integral fins and mounted in accessible cast iron headers with an insulated enameled steel jacket. Pressure rating shall be 160 psig. Efficiency shall be no less than 92%. c.The tank lining shall be the manufacturer’s standard material to reduce any build up on the tank surfaces. The unit shall be ASME labeled; 2 inches glass fiber insulated, encased in corrosion-resistant steel jacket; baked-on enamel finish; built in drain pan, floor shield and legs. d.Accessories: Brass water connections and dip tube, drain valve, magnesium anode, and ASME rated temperature and pressure relief valve. e.Approval: By AGA as automatic storage water heater for operation at 180 degrees F. f.Controls: Automatic direct immersion thermostat with temperature range adjustable minimum 140 degrees F differential, automatic reset high temperature limiting thermostat factory set at 195 degrees F, gas pressure regulator, multi-ribbon or tabular burner, 100 percent safety shut-off pilot and thermocouple, draft proving switch, intermittent electronic ignition monitoring pilot and main flame, trial for re-ignition for momentary loss of flame, shut down or pilot and main burner in 2-4 seconds after loss of flame. g.Storage tank no less than 118 gallons, 80% tank draw efficient (80% of total tank capacity as usable hot water), jacket and insulated per c. above. h.Water heater input of natural gas: 125,000 BTUH; 75 gallon capacity; 110 volt circuit available at slab; standard commercial warranty; simple system to drain the tank. Controller: Electric (with battery back up) 24 hour, 7 day programmable, 365 day programming with holiday capability through 2040, capable of setting 2 different temperatures twice a day. 1.2INSTALLATION a.Install water heater, storage tank and controller in accordance with manufacturer's instructions and to AGA requirements. b.Coordinate with plumbing piping and related fuel piping, gas venting, and electrical work to achieve operating system. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Quotes from offerors shall contain the following information: (1) RFQ NUMBER (see Paragraph B); (2) NAME, ADDRESS, TELEPHONE & FAX NUMBERS, Dun & Bradstreet (DUNS) number, and E-MAIL OF OFFEROR. (3) UNIT PRICE AND EXTENDED PRICE FOR EACH CLIN AND TOTAL PRICE (in the format specified in paragraph E); Clearly identify the quoted items by— (i) Brand name, if any; and (ii) Make or model number; (iii) Include descriptive literature such as illustrations, drawings and/or specifications (4) PAST PERFORMANCE REFERENCES (Described Below) (5) A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with Alternate I (Nov 2006)(as applicable), which may be completed electronically at http://orca.bpn.gov. (6) COMPLETION OF FAR 52.219-19 AND 52.219-21. (7) PAYMENT METHOD. In order to be considered for award, offeror must provide a price for all contract line items. All elements of a line item must be completed in order for a quote to be considered for award. Quotation must include a signed STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS: The quotation shall state in the agreement to hold prices submitted contained therein firm for 90 calendar days from the date specified for receipt. Past Performance References: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years. Provide the period of performance, company name, point of contact, phone number, fax number, and e-mail address if available. The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror’s performance on that contract. DeCA reserves the right to consider any other past performance information available to the Contracting Officer. Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) “Late Submissions.” Emailed quotes will be accepted submitted to loria.samples@deca.mil. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award and must be an Emerging Small Business. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and/or are incorporated by reference. H) EVALUATION/AWARD: 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Price 2.Past Performance 1.Price: Price will be evaluated by adding the total price for all Line Items. 2. Past Performance will be evaluated based on the following sub-factors considered of equal inportantance: 1.Timeliness of Performance 2.Quality of Work 3.Business Relations Award will be made to the offeror whose quote represents the best value to the Government, price and past performance combined. Price is approximately equal to past performance. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) Not applicable. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with Alternate I (Nov 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following addendum: The following information is provided: I. CHANGES: Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data or addition of funds. Bilateral Modifications. Services may be added to or deleted from this contract at the option of the Government. Any change in service must be added to this contract prior to service being performed and will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. PAYMENT INFORMATION: [(Reference Paragraph (i)] (a)The preferred method of payment for awards as a result of this Request for Quotation is the Government VISA credit card. Offeror must indicate if they accept credit card payments by completing the following: Contractor point of contact for credit card payment: NAME: __________________________________ TELEPHONE: ____________________________ FAX: ____________________________________ (b) Payments will be made upon receipt of invoice after work has been accepted. The contractor must submit invoices to the paying office shown in block 18a of the SF 1449, Contract Award document. If contractor accepts credit card payment, and upon receipt of the contractor’s invoice and signed receiving reports from the requiring office, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. L) Not applicable. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 (ALT A) Required Central Contractor Registration; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7010 Levies On Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking In Persons; FAR 52.223-15 Energy Efficiency in Energy-Consuming Products; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-41 Service Contract Act of 1965; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). 52.204-4500INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. “Facsimile proposal,” as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 804-734-8669 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document— (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision) 52.219-19 DEMONSTRATION PROGRAM. SMALL BUSINESS CONCERN REPRESENTATION FOR THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (OCT 2000) (a) Definition. “Emerging small business” as used in this solicitation, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity. (b) [Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.] The Offeror ____ is, ____ is not an emerging small business. (c) [Complete only if the Offeror is a small business or an emerging small business, indicating its size range.] Offeror’s number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] or Offeror’s average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] NO. OF EMPLOYEES AVG. ANNUAL GROSS REVENUES ____ 50 or fewer ____ $1 million or less ____ 51–100 ____ $1,000,001–$2 million ____ 101–250 ____ $2,000,001–$3.5 million ____ 251–500 ____ $3,500,001–$5 million ____ 501–750 ____ $5,000,001–$10 million ____ 751–1,000 ____ $10,000,001–$17 million ____ Over 1,000 ____ Over $17 million 52.219-22 NOTICE OF EMERGING SMALL BUSINESS SET-ASIDE (JAN 1991) Offers or quotations under this acquisition are solicited from emerging small business concerns only. Offers that are not from an emerging small business shall not be considered and shall be rejected. (End of provision) 52.219-21 SMALL BUSINESS SIZE REPRESENTATION FOR TARGETED INDUSTRY CATEGORIES UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (MAY 1999) [Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.] Offeror’s number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] or Offeror’s average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] NO. OF EMPLOYEES AVG. ANNUAL GROSS REVENUES ____ 50 or fewer ____ $1 million or less ____ 51–100 ____ $1,000,001–$2 million ____ 101–250 ____ $2,000,001–$3.5 million ____ 251–500 ____ $3,500,001–$5 million ____ 501–750 ____ $5,000,001–$10 million ____ 751–1,000 ____ $10,000,001–$17 million ____ Over 1,000 ____ Over $17 million 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUNE 2007) (a) Definitions. As used in this clause— Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts— (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it ___ is, ___ is not a small business concern under NAICS Code _238220__ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer’s name and title]. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits 23800 Plumber WG 9/2 $22.00 Per Hour Department of Labor Wage Rate applicable to this contract: 2005-2545, Rev. 6, Dated 9/25/07 and can be obtained at www.wdol.gov 23810 Plumber, Maintenance $18.89 plus Health & Welfare $3.16 per hour (End of clause) 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Virginia (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriation information with its quotation or offer. In addition, the full text of a solicitation provision (both FAR and DFARS) may be accessed electronically at: www.farsite.hill.af.mil. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7007 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2008) (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Clause # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (MAR 2007) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7001Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.247-7023Transportation of Supplies by Sea (MAY 2002) 252.247-7023Transportation of Supplies by Sea ALT III (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) (a) Definitions. “Domestic end product,” “foreign end product,” “qualifying country,” “qualifying country end product,” and “United States” have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government— (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that—(i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin ________________ ______________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) ________________________________ (End of provision) O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDR, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time on May 30, 2008. S)The point of contact for this solicitation is Loria Samples, 804-734-8402; Contracting Officer is Michael Shaffer, 804-734-8681
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e3358994f0d232a610678f8dd7f9b6b&tab=core&_cview=1)
 
Place of Performance
Address: Defense Commissary Agency (DeCA) Headquarters, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
Zip Code: 23801-1800
 
Record
SN01575402-W 20080518/080516221145-2e3358994f0d232a610678f8dd7f9b6b (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.