Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

U -- VERTICAL WIND TUNNEL TRAINING

Notice Date
12/17/2008
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0123
 
Response Due
12/29/2008
 
Archive Date
1/13/2009
 
Point of Contact
Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, 619-532-2684
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. 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 at http://www.ccr.gov for more information.FISC San Diego intends to issue a sole-source purchase order to Perris Wind Tunnel 2093 Goetz Rd Perris, CA 92570-9315. The purchase order will provide supplies for Commander Explosive Ordnance Disposal Group One. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-09-T-0123 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 4522. All supplies/services are to be delivered: FOB Dest to Explosive Ordnance Disposal Expedionary Support Unit One, 3500 ATTU RD, Bldg 104 San Diego, CA 92155-5401. Acceptance shall be made at destination. Agency needs the following: The scope of this Statement of Work encompasses the use of the VWT for 160 hours of "tunnel time" to train approximately 320 freefall students and freefall qualified EOD force personnel. The period of performance for this contract is from January 2, 2009 to September 30, 2009. Contractor shall provide use of the VWT to include a tunnel operator and a safety observer during VWT training. EODTEU ONE VWTcoaches will provide instruction to military personnel. 3.1.1 Safety in all training events shall be paramount. The contractor shall comply with applicable manufacturer guidance, safety instructions and standards governing this training. 3.1.2 The contractor will provide VWT services for Explosive Ordnance Disposal Group ONE/TWO personnel and or other Department of Defense personnel deemed necessary for this specialized training. 3.1.3 In order to ensure no break in the EODTEU ONE training schedule, the Contractor must be prepared to deliver scheduled training within 10 days of contract award. A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 12/29/2008, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (13).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d461dc07cc0e733bde386097c23b2da4&tab=core&_cview=1)
 
Record
SN01720589-W 20081219/081217220349-8cf79d2050615c535cb8114ccee0c99d (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.