Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

V -- Motel Accommodations - MUST BE FULL EFFICIENCY UNITS LOT 1 - STANDARD MICRO/REFRIG LOT 2.

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX, N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018909QP550
 
Response Due
6/15/2009
 
Archive Date
6/15/2010
 
Point of Contact
Victoria L. Cook 207-438-3881 Same as above.<br />
 
E-Mail Address
Contract Specialist
(victoria.cook@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-09-Q-P550. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 2009-0115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code ! is 721110 and the Small Business Standard is $7.0 million in gross annual receipts. This is a a competitive action. The Portsmouth Naval Shipyard FISC Norfolk Annex requests responses from qualified sources capable of providing: Motel accommodations in San Diego, CA area. The full requirement can be downloaded at the Federal Business Opportunity website by using the Quick Search and typing in the RFQ number. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Quotes can be faxed to: 207-438-4501 or 207-438-1251. This announcement will close at 2:30 PM ET Local time on 06/15/09. Contact Victoria Cook who can be reached at email victoria.cook @navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Questions may be directed to: victoria.cook@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. All information required to submit an offer is provided in this announcement. When evaluation factors are used include: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant fa! ctor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and the ability to meet all of the minimum specifications as determined by a site visit conducted by personnel from this activity. Past performance as available by this activity will be rated on a pass/fail basis. If no past performance data is available by this activity, it will remain neutral and be evaluated on site inspection data. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), point of contact, name, email and phone number, and business size. Payment terms are Net 30 days in accordance with Wide Area Work Flow (WAWF) electronic invoicing. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. DO not submit quotes via N! ECO or FEDBIZOPS. Quote can be downloaded and faxed to the numbers listed above or emailed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018909QP550/listing.html)
 
Place of Performance
Address: Detachment Point Loma, San Diego, CA<br />
Zip Code: 92106<br />
 
Record
SN01841174-W 20090612/090610235333-d9b28250182447cd6cf7dbefe4d6ced3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.