Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

W -- RENTAL OF (1) HIGH PRESSURE AIR COMPRESSOR (HPAC) IN SUPPORT OF THE USS JEFFERSON CITY (SSN-759)

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523610Q8033
 
Response Due
4/14/2010
 
Archive Date
4/29/2010
 
Point of Contact
KATIE ADKINS 619-556-1942 ANGELA ENCARNACION619-556-1336
 
E-Mail Address
Southwest Regional Maintenance Center
(katie.adkins@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) (N55236-10-Q-8033) is issued as a 100% total small business set aside. The applicable North American Industry Classification System (NAICS) code is 532490 'Other Commercial Machinery and Equipment Industrial Rental and Leasing.' The small business standard is $7M in average annual receipts. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 (effective 19 March 2010). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No. (CLIN) 0001 is for one (1) high pressure air compressor (HPAC) for the USS JEFFERSON CITY (SSN-759). The period of performance is from 15 APR 10 through 20 MAY 10. Refer to Attachment (1) for the entire statement of work. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached statement of work. Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): a)The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) technical capability of the item quoted to meet the Government requirement and (ii) price. Evaluation of quotes shall be performed using the lowest price technically acceptable methodology. The lowest priced quote that is determined to be technically acceptable shall be selected for award.b)Options (not applicable).c)A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions & clauses may be accessed at www.arnet.gov/far & www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference:.52.204-7; Central Contractor Registration (Apr 2008).52.212-1; Instructions to Offerors Commercial Items (Jul 2008).52.212-3; Offeror Representations and Certifications Commercial Items Alt I (Aug 2009).52.212-4; Contract Terms and Conditions Commercial Items (Mar 2009).52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2010).52.242-17; Government Delay of Work (Apr 1984).52.247-34; F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable:.52.219-6; Notice of Total Small Business Set-Aside (Jun 2003).52.219-14; Limitations on Subcontracting (Dec 1996).52.219-28; Post Award Small Business Program Representation (Apr 2009).52.222-3; Convict Labor (June 2003).52.222-19; Child Labor Cooperation with Authorities and Remedies (Aug 2009).52.222-21; Prohibition of Segregated Facilities (Feb 1999).52.222-26; Equal Opportunity (Mar 2007).52.222-36; Affirmative Action for Workers with Disabilities (Jun 1998).52.225-13; Restrictions on Certain Foreign Purchases (Jun 2008).52.232-33; Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference:.252.204-7003; Control of Government Personnel Work Product (Apr 1992).252.204-7004; Alternate A, Central Contractor Registration (Sep 2007).252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Apr 2010).252.225-7000; Buy American Act - Balance of Payments Program Certificate (Jan 2009).252.225-7002; Qualifying Country Sources as Subcontractors (Apr 2003).252.232-7010; Levies on Contract Payments (Dec 2006).252.243-7001; Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable:.252.225-7000; Requirements Relating to Compensation of Former DoD Officials(Jan 2009).252.225-7001; Buy American Act and Balance of Payments Program (Jan 2009).252.232-7003; Electronic Submission of Payment Requests (Mar 2008).252.247-7023; Transportation of Supplies by Sea Alt III (May 2002) WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. CLOSING DATE AND TIME: All questions regarding this requirement shall be submitted electronically to email: katie.adkins@navy.mil no later than 13 APR 2010 at 1300 PST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Ms. Katie Adkins, Rm. 108, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025 or emailed to: katie.adkins@navy.mil and angi.encarnacion@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 14 APR 2010 at 1100 ST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ # N55236-10-Q-8033. Quotes and signed amendment(s) received after the date and time specified will automatically be removed from consideration. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full statement of work. Potential quoters must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit any amendment(s) issued with their quote before the closing date and time. SWRMC Primary POC: Ms. Katie Adkins, email: katie.adkins@navy.mil, phone: 619-556-1942. Alternate POC: Ms. Angela Encarnacion, email: angi.encarnacion@navy.mil, phone: 619-556-1336.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523610Q8033/listing.html)
 
Record
SN02120617-W 20100415/100413235159-e5af4cff4258381d6cbd753bbabbaa7d (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.