Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

84 -- Diver Undergarment System

Notice Date
11/5/2009
 
Notice Type
Presolicitation
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133110T5501
 
Response Due
11/16/2009
 
Archive Date
12/31/2009
 
Point of Contact
Nicole Anderson 850-235-5386, or Contracting Officer Mary Hines at 850-235-5389.
 
E-Mail Address
nicole.a.anderson1@navy.mil
(nicole.a.anderson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items under FAR Part 13.5 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-10-T-5501. A subsequent solicitation document will not be issued. The Naval Surface Warfare Center, Panama City, FL intends to award a firm fixed price commercial item order for the following: CLIN 0001 - 86 each Glacier MK-2 Base John Size Small P/N 24-6030-SM-USA CLIN 0002 - 161 each Glacier MK-2 Base John Size Medium P/N 24-6030-MD-USACLIN 0003 - 155 each Glacier MK-2 Base John Size Large P/N 24-6030-LG-USACLIN 0004 - 48 each Glacier MK-2 Base John Size Xlarge P/N 24-6030-XL-USA CLIN 0005 - 22 each Glacier MK-2 Base John Size 2Xlarge P/N 24-6030-XXL-USA CLIN 0006 - 3 each Glacier MK-2 Base John Size 3Xlarge P/N 24-6030-XXXL-USACLIN 0007 - 86 each Glacier MK-2 Base Jacket Size Small P/N 24-6020-SM-USACLIN 0008 - 161 each Glacier MK-2 Base Jacket Size Medium P/N 24-6020-MD-USACLIN 0009 - 155 each Glacier MK-2 Base Jacket Size Large P/N 24-6020-LG-USACLIN 0010 - 48 each Glacier MK-2 Base Jacket Size Xlarge P/N 24-6020-XL-USACLIN 0011 - 22 each Glacier MK-2 Base Jacket Size 2Xlarge P/N 24-6020-XXL-USACLIN 0012 - 3 each Glacier MK-2 Base Jacket Size 3Xlarge P/N 24-6020-XXXL-USACLIN 0013 - 90 pair Dry Glove System with Black Glove Liner Size Small P/N 1GL000BLK-SM-USACLIN 0014 - 168 pair Dry Glove System with Black Glove Liner Size Medium P/N 1GL000BLK-MD-USACLIN 0015 - 162 pair Dry Glove System with Black Glove Liner Size Large P/N 1GL000BLK-LG-USACLIN 0016 - 55 pair Dry Glove System with Black Glove Liner Size Xlarge P/N 1GL000BLK-XL-USACLIN 0017 - 86 each Glacier MK-1 One Piece Size SmallP/N 24-6016-SM-USACLIN 0018 - 161 each Glacier MK-1 One Piece Size Medium P/N 24-6016-MD-USACLIN 0019 - 155 each Glacier MK-1 One Piece Size LargeP/N 24-6016-LG-USACLIN 0020 - 48 each Glacier MK-1 One Piece Size Xlarge P/N 24-6016-XL-USACLIN 0021 - 22 each Glacier MK-1 One Piece Size 2Xlarge P/N 24-6016-XXL-USACLIN 0022 - 3 each Glacier MK-1 One Piece Size 3Xlarge P/N 24-6016-SM-USACLIN 0023 - 90 each Heat Zip Dry Hood Size Small P/N 60-4140-SM-USACLIN 0024 - 168 each Heat Zip Dry Hood Size Medium P/N 60-4140-MD-USACLIN 0025 - 162 each Heat Zip Dry Hood Size Large P/N 60-4140-LG-USACLIN 0026 - 55 each Heat Zip Dry Hood Size XLarge P/N 60-4140-XL-USACLIN 0027 - 86 pair Neoprene Boots Size Small P/N 60-5192-SM-USACLIN 0028 - 161 pairNeoprene Boots Size Medium P/N 60-5192-MD-USACLIN 0029 - 155 pairNeoprene Boots Size Large P/N 60-5192-LG-USACLIN 0030 - 48 pairNeoprene Boots Size XLargeP/N 60-5192-XL-USACLIN 0031 - 22 pairNeoprene Boots Size 2XlargeP/N 60-5192-XXL-USACLIN 0032 - 3 pairNeoprene Boots Size 3XlargeP/N 60-5192-XXXL-USACLIN 0033 - 86 pairMK-3 Sock Size Small P/N 21-1013-SM-USACLIN 0034 - 161 pairMK-3 Sock Size Medium P/N 21-1013-MD-USACLIN 0035 - 155 pairMK-3 Sock Size Large P/N 21-1013-LG-USACLIN 0036 -48 pairMK-3 Sock Size Xlarge P/N 21-1013-XL-USACLIN 0037 -22 pairMK-3 Sock Size 2Xlarge P/N 21-1013-XXL-USACLIN 0038 - 3 pairMK-3 Sock Size 3Xlarge P/N 21-1013-XXXL-USA These items are being requisitioned in support of United States Marine Corps (USMC). These items are manufactured by Whites Manufacturing of 6820 Kirkpatrick Crescent, Saanichton, BC, V8M 1Z9 Canada Rancho Cucamonga, CA 91730. These items are highly specialized systems that have undergone extensive testing and qualification under appropriate U.S. Marine Corp Authority. Under the qualification process, each item has been tested to perform to rigid requirements. Only those articles that have been successfully tested are qualified. The objective of this process is to verify that the items provide acceptable levels of safety and mission critical support throughout the operating range. The intent of the process is to provide maximum reasonable assurance that the mission can be completed and the item will not fail. Only these items, provided by Whites Manufacturing or an authorized Whites Distributor have been approved for U.S. Marine Corp use. Offerors wishing to qualify items for future procurements may find out about the process for qualification by contacting Mr. Kevin Lang, NSWC PC Code E33, (850)-235-5485, kevin.lang@navy.mil. FOB Destination, 120 DARO: Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 110 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-2, Evaluation-Commercial Items (JAN 1999) The evaluation factors are (1) past performance and (2) past performance.; 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Exec! utive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997), 52.225-! 8 Duty Free-Entry (FEB 2000). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.225-7007 Prohibition on Acquisition of United States Munitions List Items from Communist Chinese Military Companies (SEP 2006). This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 14 October 2009. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers nicole.a.anderson1@navy.mil, fax (850) 234-4197, no later than 16 Nov 2009 2:00 P.M. CST. Electronic quotes are encouraged. Telephone calls will not be accepted. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number, N61331-10-T-5501; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUN's number, CAGE code, and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item covered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (a) is regularly maintained; (b) is published or otherwise available for inspection by customers; (c) states the prices at which sales are currently made to a number of buyers, (d) statement that such items are commercial items modified for military purposes and sold in substantial quantities to the general public, at the prices listed in the ! above mentioned catalog or established price list; (e) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. The NAICS Code is NAICS 339920. Small Business Size Standard is 500 employees. FSC is 8465. The award will be based on an acceptable quotation and will be based on a fair and reasonable price on or about 20 Nov 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a173c68d8dbe4d28edce22b2afbfd6fd)
 
Record
SN01999389-W 20091107/091106000524-a173c68d8dbe4d28edce22b2afbfd6fd (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.