Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

61 -- MQ Power Generator, 7KW, 120/240V, Water Cooled, w/Kubota Z482 Diesel Engine, Sound-Attenuated WhisperWatt Enclosure, 13 hr run time P/N: DA7000-SS; Quantity: (45) each

Notice Date
2/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339410T1201
 
Response Due
3/8/2010
 
Archive Date
3/23/2010
 
Point of Contact
Yolanda Ontiveros 805-228-0427 Kittie Ellison805-228-0601
 
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 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. The combined synopsis/solicitation will be posted on NECO (http://www.neco.navy.mil) and will be 100% set-aside to Small Business. The Request for Quotation (RFQ) number is N63394-10-T-1201. The North American Industry Classification System (NAICS) is 423710 and the Small Business size standard is 100 employees. This combined synopsis/solicitation document and the incorporated provisions and clauses, are those in effect through Federal Acquisition circular 2005-38 dated 10 December 2009 and DFARS Change Notice 20100120. 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 contract type is Firm-Fixed-Price. The following item and quantity is required: Procure forty-five (45) new, Commercial Off-the Shelf MQ Power Generator, 7KW, 120/240V, Water Cooled, w/Kubota Z482 diesel engine, sound-attenuated WhisperWatt enclosure, 13 hr run time, P/N:DA7000-SS. Warranty: The contractor shall provide their Standard Commercial Warranty and shall include information of the length of warranty, effective date, specific terms and conditions and warranty service provider with the company name and telephone number. Preservation, Packaging and Packing shall be in accordance with ASTM Designation D3951-98, "Standard Practice for Commercial Packaging". Marking of outer shipping containers, packs, bundles, etc. shall be in accordance with ASTM Designation D3951-98 "Commercial packaging". Delivery requirements: Delivery of the MQ Power Generator P/N: DA7000-SS shall be as follows: Seven (7) days ARO or less. To assure the receiving activity is adequately prepared for the enclosure, the contractor shall notify the activity by letter of the estimated delivery date prior to shipment. A copy of the letter shall be sent to: Commander, Port Hueneme Division, Naval Surface Warfare Center, Attn: Code 111, Bldg 1215, 4363 Missile Way, Port Hueneme, California 93043-4307. SHIP TO ADDRESS:SAIC EWNL DIVEAST GATE FACILITY3290 16 STBEDFORD, IN 47421ATTN: JONATHAN MOORE APPLICABLE CLAUSES The offeror must provide the information contained in 52.212-1 instruction to Offeror-Commercial Items, 252.212-7000 Offeror Representative and Certification-Commercial Items and must include a completed copy of 52.212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. 52.212-2 Evaluation - Commercial Items.Offerors are to include a completed copy of the provision at 52.213-3, Offeror Representations and Certifications - Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. FAR 52.247-34 FOB Destination, Contractor's Facility (APR 1984) applies. The following provisions/clauses are incorporated by reference: 52.203-3 Gratuities (Apr 1984)52.204-7 Central Contractor Registration (Apr 2008)52.211-17 Delivery of Excess Quantities (Sep 1989)52.232-1 Payments (Apr 1984)52.232-8 Discounts for Prompt Payment (Feb 2002)52.232-16 Progress Payments (July 2009)52.242-15 Stop-Work Order (Aug 1989)52.246-2 Inspection of Supplies-Fixed Price (Aug 1996)52.246-17 Warranty of Supplies of a Noncomplex Nature (June 2003)52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984)52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984)252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (Sep 2007)252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) The following clause is incorporated by full text:52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).___ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5).___ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a).___ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (7) [Reserved]_X_ (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-6.___ (iii) Alternate II (Mar 2004) of 52.219-6.___ (9) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7._X_ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).___ (11) (i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637 (d)(4).)___ (ii) Alternate I (Oct 2001) of 52.219-9.___ (iii) Alternate II (Oct 2001) of 52.219-9._X_ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).___ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (14) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).___ (ii) Alternate I (June 2003) of 52.219-23.___ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (16) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f)._X_ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2))._X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755)._X_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126)._X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)._X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246)._X_ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212)._X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793)._X_ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212).___ (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (27) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)_X_ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)._X_ (29) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).___ (ii) Alternate I (Dec 2007) of 52.223-16._X_ (30) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d).___ (31) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138).___ (ii) Alternate I (Jan 2004) of 52.225-3.___ (iii) Alternate II (Jan 2004) of 52.225-3.___ (32) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._X_ (33) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).___ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).___ (37) 52.232.30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f))._X_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).___ (39) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332).___ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332)._X_ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a)._X_ (42) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.).___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247).___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii) [Reserved](iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212).(vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).(vii) [Reserved](viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause) HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (SEP 2009) (a) In accordance with the clause of this contract entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment. (b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor documentation is available under Resources at http://wawftraining.com. (c) The designated CCR EB point of contact is responsible for activating the company's CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under the company's CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company's CAGE code at https://wawf.eb.mil. (d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF: Type of Document (contracting officer check all that apply) Invoice (FFP Supply & Service)XInvoice and Receiving Report Combo (FFP Supply)Invoice as 2-in-1 (FFP Service Only)Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)Receiving Report (FFP, DD250 Only) DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable) Issue DODAACN63394Admin DODAACN63394Pay Office DODAACTBDInspector DODAACN63394Service Acceptor DODAACService Approver DODAACShip To DODAACN30766DCAA Auditor DODAACLPO DODAACN63394Inspection LocationDESTINATIONAcceptance LocationDESTINATION Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes. (e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on "Send More Email Notification" and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF. Send Additional Email Notification To: (WAWF ID Acceptor) TBD@NAVY.MIL(Alternate WAWF ID Acceptor) TBD@NAVY.MIL (f) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO. (g) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NAVSEA WAWF point of contact Karen Dawley at (805) 228-0921 or karen.dawley@navy.mil. NOTICE TO PROSPECTIVE OFFEROR The following will be used to assist in determining the best value for the Government: 1. The basis for award will include an evaluation of each supplier's past performance history for the Federal Supply Class of the supplies being purchased. This procurement will use the following in the evaluation of past performance: CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS)/PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM (PPIRS) (a) Pursuant to FAR 42.1502, this contract is subject to DoD's Contractor Performance Assessment System (CPARS). CPARS is an automated centralized information system accessible via the Internet that maintains reports of contractor performance for each contract. CPARS is located at: http://cpars.navy.mil. Further information on CPARS is available at that web-site. (b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. The contractor has thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunity to review and comment is limited to this time period and may be extended on a case by case basis. Failure to review the report at this time will not prevent the Government from using the report. (c) The CPARS system requires the Government to assign the contractor a UserID and password in order to view and comment on the evaluation. Provide the name(s) of at least one individual (but not more than three) that will be assigned as your Defense Contractor Representative for CPARS. (d) Additionally the Government in conducting source selection may access Past Performance Information Retrieval System (PPIRS). This system provides timely and pertinent contractor past performance information for use in making source selection decisions. PPIRS assist Federal acquisition officials make source selections by serving as the single source for contractor past performance data. Past performance information includes, for example, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the contractor's business-like concern for the interest of the customer. Confidence in a prospective contractor's ability to satisfactorily perform contract requirements is an important factor in making best value decisions in the acquisition of goods and services. Past performance information is one indicator of an offeror's ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor's performance shall be considered. (e) Contractors may view only their own data at www.ppirs.gov. Contractor access to PPIRS is gained through the Central Contractor Registration (CCR) (www.ccr.gov) process. A contractor must be registered in CCR and must have created a Marketing Partner Identification Number (MPIN) in the CCR profile to access their PPIRS information. 2. Award will be made at the Lowest Price, Technically Acceptable offer, acceptance of the terms and conditions set forth herein, and the determination of responsibility pursuant to FAR 9.1. Technical acceptability will be based on the offeror providing all items required without exceptions and an acceptable delivery schedule. An acceptance delivery schedule is within receipt of all items within seven (7) days ARO or less. Central Contractor Registration (CCR) - Offeror 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/. Failure to obtain certification will deem the contractor unacceptable, and no longer considered for award. Offeror must be registered in Online Representations and Certifications Application (ORCA) http://orca.bpn.gov/. Sales Tax Exemption - The contractor is hereby advised: The United States Government and Agencies are Exempt from State and Local Government Tax by virtue of Article 6 of the United States Constitution. No Exemption Certification is required. PROPOSAL SUBMISSION Your proposal must contain the following: 1. Cover letter which identifies all enclosures being transmitted as part of the proposal. 2. Pricing detail sufficient to determine reasonableness of the offer. FOB: Destination 3. Include information such as catalog cuts and/or technical specifications and manufacturer's part numbers along with commercial prices for the items supplied. 4. Warranty - The offeror's commercial standard warranty is required and must be provided with the offer. The warranty period shall not be less than 12 months to begin upon Government acceptance of the items as shown on the DD Form 250 or proof of shipping. 5. Acceptance of all terms and conditions set forth herein. 6. The proposal shall include descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement and pricing back-up to support those COTS items. An original and one (1) copy of the proposal shall be submitted to the attention of Yolanda Ontiveros-Duncan (805) 228-0427, fax number (805) 228-6299 or e-mail: Yolanda.ontiveros@navy.mil by 08 March 2010 at 2:00 PM Pacific Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339410T1201/listing.html)
 
Record
SN02076991-W 20100227/100226095203-2f8482601a1a824bcf2f328717d468a3 (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.