Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

19 -- BOAT PARTS, COMPONENTS & EQUIPMENT

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-09-T-0659
 
Archive Date
7/28/2009
 
Point of Contact
Mary Tuttle, Phone: 757-763-4407, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to award multiple Blanket Purchase Agreements (BPAs) to at least three Businesses for Parts, Components, and Equipment associated with Government Owned Boats. This notice is being posted to encourage any Small Businesses interested in providing this commodity to contact the Point of Contact (POC) listed below. The Government will provide the Contractor(s) the Master List of items required. The Contractor shall provide all required materials to include labeling, packaging and shipping the specified quantities to the designated locations. The materials will contain NO Classified content. The contractor will procure/provide all shipping materials to include boxes and packing materials as need to support this contract. Shipping shall be accomplished by the most economical mode adhering to the delivery schedule/requirements established by the Government for all Shipments. Equipment shall be shipped via traceable means. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.303, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request For Quotation (RFQ) Number is H92242-09-T-0659. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020. 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: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. This is a competitive full and open procurement. STATEMENT OF OBJECTIVES 1.0 Introduction. 1.1 Naval Special Warfare Group Four (NSWG-4) has recurring requirements for the purchase of boat parts, equipment and components for use by NSWG4 and Special Boat Team Twenty (SBT-20), Special Boat Team Twelve (SBT-12), Special Boat Team Twenty-22 (SBT-22) and Naval Small Craft Instruction and Technical Training School (NAVSCIATTS). 1.2 NSWG -4 is seeking one-stop shopping vehicles with contractors that offer a wide array of boat parts, equipment and components. 1.3 The value of purchases is estimated at $100,000. Per year. This amount is estimated and NOT a guarantee of purchases. Further, this amount is estimated for all purchases which the Government intends to disburse amongst multiple BPA. 2.0 Blanket Purchase Agreement (BPA) Objectives. 2.1 Multiple BPAs will be issued to support NSWG-4 and component sites, boat parts, equipment and component requirements. NSWG-4 intends to issue BPAs to a variety of contractors (Large Business, Small business, SDVOSB, HUB Zone, etc.) to maximize competition and further accomplish its socio-economic goals. 2.2 Exact items, quantities and deliveries cannot be definitive in advance and will vary considerably. 2.3 BPAs will have a period of performance of five (5) years. If awarded on GSA Schedule, Contractors may be awarded BPAs that extend beyond the current term of their GSA Schedule contract, as long as, there are option periods in their GSA Schedule contract that, if exercised, will cover the BPAs period of performance. 2.4 BPAs will be reviewed at least once a year. Reviews will ensure the schedule contract, upon which the BPA was established, is still in effect; the BPA still represents the best value; and, changes in neither market conditions nor other pertinent facts warrant making new arrangements with different suppliers or modifying existing arrangements. 2.5 If Proposals are on a GSA schedule, consideration will be given to the offeror whose current GSA schedule contract includes terms allowing BPAs to be issued against that contract. Additionally, the offeror must be willing to accept a BPA issued against their GSA schedule contract. GSA Schedule is preferred, but Open Market Priced awards will be issued. 2.6 The Government reserves the right to issue NO BPAs. 3.0 Ordering Procedures. 3.1 Delivery Orders against the Federal Supply Schedule referencing the BPA number will be issued. 3.2 Delivery Orders will identify exact items, quantities and delivery requirements. 3.3 Delivery points will primarily be CONUS locations. OCONUS deliveries may be required. All CONUS deliveries will be FOB Destination. OCONUS deliveries may be FOB Origin. 3.4 Requirements will be competed to the fullest extent possible amongst the BPA holders. The Government intends to solicit no less than three (3) BPA holders for each requirement. The Government reserves the right to limit competition if necessary. Requirements processed with limited competition will be properly justified and approved in accordance with all applicable regulations. 3.5 All BPA holders will offer pricing to the Government that is equal to or less than their GSA Schedule contract price lists, Open Market list prices, and their most favored customer. Additionally, BPA holders are required to offer volume discounts when applicable. Volume discounts and discount application should be listed in the proposal. 3.6 The Government reserves the right to issue NO Orders. INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFEROR OR RESPONDENTS PROPOSALS SUBMITTED IN RESPONSE TO THIS REQUEST FOR QUOTATION MUST BE RECEIVED BY 1000 AM ON 13 JULY 2009 EASTERN STANDARD TIME. 1. Instructions for Preparation of Proposals a. Instructions. Instructions contained herein are for preparing and submitting proposals to the Government in response to THIS solicitation. b. Compliance. Proposals must comply fully with these instructions. Proposals, which fail to do so, may be rejected as NON-Responsive. Proposals shall include all of the information requested in these instructions. c. Media. Proposals shall be submitted in Portable Document Format (PDF). All proposals must be submitted electronically. Proposals will ONLY be accepted as an attachment to an email sent to mary.tuttle@nsweast.socom.mil. NO PAPER COPIES WILL BE ACCEPTED. d. Classified Materials. Proposals shall be UNCLASSIFIED. e. Proposal Identification. All proposals shall be titled/named to reflect the offeror's identity and RFQ Number (H92242-09-T-0659). The Subject of the Email shall be clearly labeled with the offeror's identity and RFQ Number. f. Offer Validity. The offer shall be valid for no less than 280 calendar days from the proposal due date. 2. Notice to Offerors a. The Government intends to use the evaluation results of this RFQ to select vendors to receive Blanket Purchase Agreements (BPAs). The BPAs will be sued to support future requirements for boats. The vendors receiving BPAs will be based on the offers received in response to this RFQ that are evaluated as representing the best value to the Government considering prices and discounts offered. b. Offers shall include the price all or part of the items on the listing provided by the Contracting Officer. Offerors are advised that the quantities of future requirements may be substantially less than, approximately the same as, or substantially greater than the quantities listed on the required listing. This listing may not be all inclusive. c. Proposals shall identify the discount(s) being offered. For example: Quantity 1-100 ____% Off of List Price and/or GSA Schedule Price Quantity 100-250 ____% Off of List Price and/or GSA Schedule Price Quantity 250-500 ____% Off of List Price and/or GSA Schedule Price d. The Government acknowledges that discounts based on quantities will be applied per order (not cumulative). EVALUATION OF OFFERS In accordance with FAR 52.212-2 Evaluation - Commercial Items, the Government will select the best overall offers, based upon an integrated assessment of price and discounts offered. The best overall offers shall receive a Blanket Purchase Agreement (BPA) for future boat parts, components and equipment. The Government anticipates awarding no less than three BPAs as a result of this RFQ. The Government reserves the right to issue more or less than three BPAs, or issue no BPAs as a result of this RFQ. ORDERING PROCEDURES AND LIMITATIONS 1. The Government is obligated only to the extent of authorized purchases actually made under the BPA in accordance with the procedures outlined in this agreement. 2. Delivery Orders will identify exact items, quantities and delivery requirements. Delivery points will primarily be CONUS locations (Norfolk, VA, Stennis Space Center, MS, and Sand Diego, CA). OCONUS deliveries may be required. All CONUS deliveries will be FOB Destination. OCONUS deliveries may be FOB Origin. 3. Award limits: BPA Master Dollar Limit: $500,000. BPA Call Limit: $25,000.00 4. Period of Performance: 01 Oct 2009 through 30 Sep 2012 5. BPA to provide all or part, and not limited, to the following FSC Codes: 2010, 2040, 2090, 2298, 3089, 3421, 3423, 3429, 3431, 3442, 3443, 3450, 3451, 3462, 3496, 3499, 3541, 3544, 3559, 3599, 3731, 3732, 4020, 4030, 4220, 4730, 5051, 5063, 5082, 5084, 5085, 5088, 5091, 5136, 5140, 5210, 5280, 5340 and 7389. 6. PURCHASE LIMITATION: No individual purchase under this agreement shall exceed $25,000.00. 7. AUTHORIZED ORDERING OFFICIALS: Authorized Ordering Officials will be designated via separate correspondence. Only Authorized Ordering Officials designated in writing by the Contracting Officer can place orders in accordance with this agreement. Orders processed at the request of someone other than authorized officials will not be honored by the Government. If unsure as to the validity of an order, the contractor shall contact the Contracting Officer prior to performance. Contracting Officer: Mary Tuttle, mary.tuttle@nsweast.socom.mil,757-763-4407. 8. Delivery tickets. All deliveries/shipments under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Contractor's name, address and CAGE Code. (ii) GSA Schedule (if applicable) and Delivery Order number with the BPA number referenced. (iii) Date of purchase. (iv) Itemized list of supplies or services furnished. (vi) Quantity, unit price, and extension of each item, less applicable discounts. (vii) Date of delivery or shipment. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2006), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items: 52.204-7 Central Contractor Registration (Apr 2008) Commercial Items; DFAR 252.211-7003 Item Identification and Valuation (Jun 2005), DFAR 252.232-7002 WIDE AREA WORKFLOW (WAWF), Content for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer. Central Contractor Registration (May 1999), 52.233-3), Quoters must be registered in the CCR Data Base to be considered for award. Registration is free and can be completed on line at http://www.ccr,gov ), All quotes shall include prices, a point of contact, name and phone number, business size, payment terms and Federal Tax Identification number. EMAIL QUOTES will ONLY be accepted. 52.212-2 Evaluation-Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be the most advantage To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1000 AM ON 15 JULY 2009 EASTERN STANDARD TIME. All questions shall be addressed to the Contracting Officer, Mary Tuttle at (757)763-4407 or e-mail: mary.tuttle@nsweast.socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWGF4/H92242-09-T-0659/listing.html)
 
Place of Performance
Address: Naval Special Warfare Group Four, 2220 Schofield Road, Norfolk, Virginia, 23512, United States
Zip Code: 23512
 
Record
SN01857603-W 20090627/090626000936-21f183a10232e9bbf8c5a057477e15e9 (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.