Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

W -- USS HELENA (SSN-725) PIER SIDE DIESEL GENERATOR RENTAL

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, SUPSHIP San Diego, N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523609Q8036
 
Response Due
5/6/2009 11:59:00 PM
 
Archive Date
5/21/2009
 
Point of Contact
Kevin P. Mullen (619) 251-9188 John Van Gorp (619) 556-4855<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (N55236-09-Q-8036) is issued as a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 532490 Other Commercial Machinery and Equipment Industrial Rental and Leasing. The small business standard is $7 million in average annual receipts. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 (Effective on March 31. 2009). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No. 0001 is for the rental of one Pier Side Diesel Generator (05/08/09-05/22/09) for the U! SS HELENA (SSN-725). Refer to the attachment for the entire statement of work. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached statement of work. Inspection and acceptance shall be at destination by the Government. 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: (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical capability when compared to price is approximately equal in importance. (b) Options (not applicab! le). (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 offers 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. Offerors shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make an offeror ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitati! ons as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Offerors who've completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-7 Central Contractor Registration (Apr 2008), 52.212-1 Instructions to Offerors Commercial Items (Feb 2009), 52.212-3 Offeror Representations and Certifications Commercial Items (Jun2008), 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009), 52.247-34 F.O.B. Destination (Nov 1991), 52.242-17 Government Delay of Work! (Apr 1984), and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2009). The following clauses incorporated in 52.212-5 are also applicable: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14), 52.219-28 Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50, Combating Trafficking in Persons (Feb 2009), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Govern! ment Personnel Work Product (Apr 1992), 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007), 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Jan 2009), 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 252.243-7001 Pricing of Contract Modifications (Dec 1991), and 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts) (Jan 2009). The following clauses incorporated in 252.212-7001 are also applicable: 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.232-7010 Levies on Contract Paymen! ts (Dec 2006). WARRANTY: The offeror's commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. CLOSING DATE AND TIME: All questions regarding this requirement shall be submitted electronically to Mr. Kevin P. Mullen, e-mail: kevin.p.mullen@navy.mil and to Mr. John Van Gorp, e-mail: john.vangorp@navy.mil no later than 11:00 AM (Pacific) 05 May 09 to allow adequate time to prepare a response. All quotes together with the offerors technical capability description and signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Mr. Kevin P. Mullen or John Van Gorp, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025 or e-mailed to kevin.p.mullen@navy.mil and john.vangorp@navy.mil. Offerors shall ensure quotes, technical capability descriptions, and signed amendment(s) reach their desti! nation by 11:00 AM (Pacific) on 06 May 2009. No facsimile offers will be accepted. All quotes and technical capability descriptions must be clearly marked with RFQ No. N55236-09-Q-8036. Quotes, technical capability descriptions, and signed amendment(s) received after the date and time specified will automatically be removed from consideration. No telephone calls of quotes will be accepted. Refer to attachment for a full statement of work. Potential offerors must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Offerors shall sign and submit amendment(s) with their quote before the closing date and time. SWRMC POC: Mr. Kevin P. Mullen (619) 556-0267, e-mail: kevin.p.mullen@navy.mil or Mr. John Van Gorp (619) 556-4855, e-mail: john.vangorp@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b8e7197719bdcfe54beb63421594898f&tab=core&_cview=1)
 
Place of Performance
Address: Naval Submarine Base San Diego, San Diego, CA<br />
Zip Code: 92106<br />
 
Record
SN01808393-W 20090506/090504220741-0fa3d4d362454a517c488774c4e66c5c (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.