Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

H -- Respiratory Air Management Program Support

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060409T0551
 
Response Due
9/23/2009
 
Archive Date
9/24/2009
 
Point of Contact
Cherissa Tamayori (808) 473-7514
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial services prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with 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/). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-09-T-0551. This solicitation is being issued as a Request for Quotations (RFQs), for an firm fixed price type contract for a period of twelve (12) months and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090904. 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/dars/dfarspgi/current/index.html. The NAICS code is 541380 and the Small Business Standard is $12.0 Million. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from a qualified contractor to provide Respiratory Air Management Program support and services for the Federal Fire Department IAW the attached Performance Work Statement. Period of Performance (POP) is from 1 OCT 2009 through 30 SEP 2010. Please submit bids on attached document. Responsibility and Inspection: All material will be inspected and accepted at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; Far 52.219-6, Notice of Total Small Business Set-Aside, Far 52.222-3, Convict Labor, FAR 52.222-19, Child labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans, Veterans. Veterans of the Vietnam, Era and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons and FAR 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessels. 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: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items inclu! ding; FAR 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Transportation of Supplies by Sea, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Trade Agreements, DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7020, Trade Agreements Certificates;DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.247-7022, Representation of Extent of ! Transportation by Sea; FAR 52.211-2, Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST); DFARS 252.211-7003 Item Identification and Valuation; NPZ G3 Representative of the Contractor; NPZ L003 Unit Prices, NPZ G7 Payment by Government Purchase Card All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address, GSA contract number if applicable and Commercial and Government Entity (CAGE) code. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, a determination of responsibility and technically acceptable low bids. The following factors and subfactors in descending order of importance shall be used to evaluate offers: (1) Technically acceptable: Each Offeror shall describe its technical capability relative to accomplishing all tasks associated with the performance work statement. (2) Price. Quotes shall be submitted on the attached document. Award will be made to the low cost, technically acceptable responsible offeror. The government reserves the right to make a technical acceptability determination without discussions with the offeror. This announcement will close at 08:00 AM (Hawaii Standard Time) on September 23, 2009. Offerors may submit their bids through NECO or by FAX: (808) 473-3524, or Email: cherissa.tamayori@navy.mil. Quotes over 10 pages in total number will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Contact Ms. Cherissa Tamayori, who can be reached at 808-473-7514 or email cherissa.tamayori@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All questions/inquiries concerning this RFQ document must be submitted in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060409T0551/listing.html)
 
Record
SN01958647-W 20090919/090917235732-733dc30cd4e571306b63e920ad17c317 (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.