Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

N -- custom made separation partitions

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327999 — All Other Miscellaneous Nonmetallic Mineral Product Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0202
 
Response Due
4/19/2010
 
Archive Date
5/4/2010
 
Point of Contact
Rachel McFarland 562-626-7319
 
E-Mail Address
click here to contact contract specialist
(rachel.mcfarland@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 is a Request for Quotation (RFQ); the solicitation number is N00244-10-T-0202. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-39 and DFARS Change Notice 20100408. It is the contractor's responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 327999 and the Small Business Standard is 500 employees. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach intends to solicit open market and GSA quotations on a small business competitive basis for the following: Necessary labor and materials to install prefabricated plastic laminated 48" high X 12" thick base wall units, topped with 3/8" etched glass panels with flat polished perimeter edges, brass post and caps at approx 4 Foot intervals as set IAW Statement of Work and drawings set forth herein: 0001. 2EA-Divider Walls Partitions (A and B) 0002. 2 EA-Divider Walls Partitions (C and D) 0003. Etchings 0003. Installation 0004. Freight and packing Place of delivery is the Naval Air Station Fallon, NV 89406 All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by thesolicitation are not subject to reimbursement by the Government. The Fleet and Industrial Supply Center, Seal Beach Detachment intends to award a firm-fixed price order based on the following: technically acceptable offer with the lowest total cost for the listed items. Only new items will be accepted, no used or refurbished material should be quoted. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 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 including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Procedures in FAR 13.106 are 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/technically acceptable low bids and delivery. To be determined technically acceptable the Offeror must furnish product literature and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) Current Pricing (2) RFQ number (3) Company Name and Address, (4) Point of contact, phone and fax numbers (5) Current CCR Registration CAGE Code, (6) Offered delivery time, (7) Tax Identification Number, (8) Dunn and Bradstreet number, (8) FOB Point, (9) Business size, (10) GSA contract number if applicable, payment terms, and all applicable specifications regarding this solicitation. (11) Provide copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. This announcement will close and Quotes must be received no later than 11:00 Local Time, April 19 2010. Fax proposal to 562-626-7877 or Email: Rachel.McFarland@navy.mil. Oral communications are not acceptable in response to this notice. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0202/listing.html)
 
Record
SN02119191-W 20100414/100412234707-54ffe496793cdc5edd87a0f3b8b5133c (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.