Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

J -- Repair and Overhaul of Submarine Non-Skid Removal System

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910R0077
 
Response Due
6/3/2010
 
Archive Date
6/18/2010
 
Point of Contact
LTJG JEFF RIGBY 757-443-1732
 
Small Business Set-Aside
N/A
 
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 combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-R-0077. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2001019. 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 NAICS code is 333999 and this is a competitive, unrestricted action. The Fleet and Industrial Supply Center-Norfolk, VA requests responses from qualified sources capable of providing: CLIN 0001 Repair and Upgrade of Submarine Non-Skid Removal System QTY 1 EA Delivery [Period of performance] The base period of performance for this acquisition is for the submarine non-skid removal system equipment to be removed from the service barge Spruce and transported to The Carolina Equipment and Supply Company (CESCO) workshop in Charlestown, SC. CESCO will then commence repair overhaul and upgrading of the submarine Non-Skid removal system. Repair work is expected to begin on or about June 14th and extend for up to 120 days. The equipment is then going to be transported to Norfolk Naval Station and then installed on the in service barge Spruce, with training conducted for the users of the submarine Non-skid Removal System. Work and installation is to ne complete no later than 30 September 2010. The proposed contract action will contain zero options. Delivery Location is Naval Submarine Support Command Norfolk, VA OR FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:FAR 52.204-7, Central contractor Registry FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including,FAR 52.215-5, Facsimile ProposalsFAR 52.228-3, Worker's Compensation InsuranceFAR 52.233-2, Service of ProtestFAR 52.252-2, Clauses Incorporated by ReferenceDFARS 252.204-7004 Alt. A, Central Contractor Registry Alt A.DFARS 252.209-7001 Disclosure of OwnershipDFARS 252.209-7004 Subcontracting w/Firms DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items includingDFARS 252.225-7001, Buy American Act and Balance of Payment ProgramDFARS 252.232-7009, Mandatory Payment by Government Commercial Purchase CardDFARS 252.232-7010, Levies on Contract PaymentsDFARS 5252.243-9400, Authorized Changes by Contracting OfficerDFARS 5252.NS-046P, Prospective Contractor ResponsibilityDFARS 5252.204-9400, Contractor Access to Federally controlled facilities and/or Unclassified system information or Unclassified IT Systems The proposed contract is intended to be awarded as a sole source action to Carolina Equipment and Supply Company. This announcement will close at 1200 on 03 JUNE 2010. Contact LTJG Jeff Rigby who can be reached by phone at 757-443-1732 or email jeff.rigby@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:[FAR 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 technically acceptable low bids.FAR Part 13:This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Certain Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a simplified/streamlined acquisition process will be used in the evaluation and award of this contract. Central Contractor Registration (CCR). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910R0077/listing.html)
 
Record
SN02159435-W 20100527/100525235020-a2cf4e93459d7a3de3ad0f0df9d4d2c9 (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.