Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

99 -- REMOVAL OF BIRD DROPPINGS AND NET INSTALLATION - SOW

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-T-0243
 
Archive Date
7/29/2010
 
Point of Contact
Tashell A. Richmond, Phone: 3017575263
 
E-Mail Address
tashell.richmond1@navy.mil
(tashell.richmond1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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. Solicitation N00421-10-T-0243 is being issued as a Request for Quotation (RFQ). The applicable North American Industry Classification System code is 561710. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. The government intends to solicit on a competition bases under the authority of FAR 13.106-1. This notice is a request for competitive RFQ. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 9:00 A.M. Eastern Standard Time will be considered by the government for the purpose of determining a competitive procurement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the RFQ. The Government reserves the right to process the procurement on a sole source basis based upon review of the responses received. The Government will not pay for any information received. The firm fixed price contract line item numbers will be as follows: CLIN 0001 - Sanitation, dropping removal and netting installation : NO LATER THAN 21 July 2010. Delivery location: HX-21 Test Squadron Hanger 8139 17673 WEBSTER FIELD ROAD ST INIGOES MD 20684-4013 The contractor shall extend to the Government, full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract will take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The following provisions apply to this requirement per the FAR: 52-212-1, Instructions to offerors-Commercial Items, (JUN 2008) is incorporated by reference and applies to this acquisition. 52-212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate to determine that the price is fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered, i.e., a copy of current catalog, invoices for the same services, etc. 52.212-3, including Alt 1, Offeror Representations and Certifications - Commercial items (JUL 2009) if the offeror has completed the annual representatives and certificates electronically at http://orca.bpn.gov., with its quote. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provisions. 52.212-4 Contract Terms and Conditions -- Commercial Items (MAR 2009) is incorporated by reference and applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (FEB 2010) is incorporated by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50 Combating Trafficking in Persons (Feb 2009) (22.U.S.C. 7104(g)) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Pub.L. 108-77, 108- 78) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 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) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 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) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150) 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.219-6 Notice of Total Small Business Set-Aside Additionally, must comply with the following Defense FAR Supplement (DFARS) provisions: 252.212-7000, Offeror Representations and Certifications- Commercial Items (Jun 2005). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) is incorporated by reference, however, for paragraph (b) only the following clauses apply: 252.225-7036 Buy American Act - North American Free Trade Agreement Implementation Act-Balance of Payments Program (Jan 2009)(41 U.S.C. 10a-10d, E.O. 10582) 252.204-7004 Alt A required Central Contractor Registration Alt A (Sep 2007) is incorporated by reference. Quotations are due to Tashell Richmond, Purchasing Agent, Naval Air Warfare Center Aircraft Division, Building 441 Rm 128, 21983 Bundy Road, Patuxent River, MD 20670, by e-mail at Tashell.richmond1@navy.mil by 9:00 A.M. Eastern Standard Time, 7/14/2010. Questions regarding this notice should be addressed by email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-T-0243/listing.html)
 
Record
SN02198202-W 20100709/100707234935-622749b40529cd12445f58b5d8c2c36c (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.