Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
MODIFICATION

20 -- Military Sealift Fleet Support Command TAO Oiler class buy gloves, face shields, arc flash kits and tool kit

Notice Date
8/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-10-T-7297
 
Archive Date
8/26/2010
 
Point of Contact
Jessie Garcia, Mrs., Phone: 757-443-5967
 
E-Mail Address
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This notice is to inform all interested vendors that this combined synopsis/solicitation has been cancelled and that no further action will be taken on this posting as of 10 August, 2010. This notice is amended to read that representative samples are required for items other than the brand name products requested in the attached parts list for items 1-21. All quotes must, without exception, include a total of one submitted sample for requested coveralls, listed in the attached parts list (items 22-36). One sample for each size is not required. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation number is N40442-10-T-7297, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, Tech Amend, effective 14 May 09. NAICS 423840 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small disabled veteran owned small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a single firm fixed priced purchase order for the attached the attached list of gloves, face shields, arc flash kits, coveralls and tool chest. Attached parts list is inclusive for the items needed per ship. The quantity provided on the parts list will be extended for a total of 14 different ships to be supplied. The required delivery date for the above items is: February 19, 2010 and will be readjusted accordingly. Please indicate on submitted quote, best delivery time frame. The delivery address is as follows: Orders for 8 ships will be delivered to MSC BATS Warehouse, 9284 Balboa Ave, San Diego, CA 92123 and orders for 6 ships will be delivered to FISC Cheatham Annex, 108 Sanda Ave, Warehouse 1, Williamsburg, VA 23188 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference unless otherwise noted in full text: 52.204-7 Central Contractor Registration April 2008; 52.211-6 Brand Name or Equal (Aug 1999) applies to items 1 to 21 of the attached parts list. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1: Quote shall include the following: A. Price Price per ship and total price for all 14 ships Unit price and extended price for each part Shipping Charges (if applicable) FOB Destination Grand Total B. Technical One representative sample set of each type, not size, of glove kit, arc flash hood, hard hat, arc flash kit, insulating blanket, blanket clamp pin, tool kit, tool chest and coveralls must be submitted for technical evaluation to confirm compliance with standards as defined in notes 1 through 4 of the attached parts list. Please ensure that the sample submitted for technical evaluation meets the defined criteria as identified in the notes at the bottom of the parts list. Samples for evaluation must be received by the close date of the combined synopsis/solicitation at the following address to be considered for evaluation: Raymond E. Blanchet, N00PE-E Port Chief Engineer- East Military Sealift Fleet Support Command 471 East C Street, Building, SP-64 Norfolk, VA 23511 (757) 443-2708 (Office) (757) 434-0546 (cell) C. Past performance: a). The Past Performance factor will be evaluated by the Contracting Officer as a factor for award. The Past Performance factor will be used to evaluate offerors' ability to perform the contract successfully. Offerors are required to provide information on no more than three (3) of the firm's most recently completed Federal Government, State Government, Municipal Government, or commercial contracts (not to exceed five years since completion) for like or similar services to those to be provided under this RFQ. Please provide the name, phone number, email address and contract number for any referenced previously performed relevant awarded contracts. The Government may review the Contractor Performance Assessment Reporting System (CPARS) ratings and other existing past performance ratings on relevant contracts. The Government may also review other relevant past performance information contained in either local or other MSFSC office's files, or from other Government sources, as deemed necessary. If an offeror has no record of past performance and states this fact in its quote, the offeror will be given a "neutral" rating. Failure of the offeror to affirmatively state that it has no record of past performance will result in a "neutral" rating. b). The Contracting Officer shall use the following adjectival definitions as guidelines for evaluating past performance: Satisfactory - Little risk anticipated with delivery of quality product, on time, or of any degradation of performance or lack of customer satisfaction (or cost growth, if applicable) based on offeror's past performance. Unsatisfactory - High potential risk anticipated with delivery of quality product on time or of any degradation of performance or lack of customer satisfaction (cost or growth, if applicable) based on the offeror's past performance. Neutral - No relevant past performance available for evaluation. Offeror has asserted that it has no relevant or directly related similar past performance experience. Proposal receives no merit or demerit for this factor. The following factors for Past Performance will be evaluated. 1. Quality of product or service 2. Timeliness or schedule of services/deliveries 3. Business relations/customer satisfaction (generally, the contractor's business like concern for the interest of the customer) 4. Contractor's record of conforming to specifications and to standard of good workmanship. NOTE: It is the offeror's responsibility to ensure that all reference information is current and accurate. Prior to designating a reference, the offeror shall contact each reference to alert them that they may be contacted regarding their performance and that their responses will be confidential. If the reference does not respond or the response is inadequate, your past performance evaluation may be a neutral. 52.212-2 Evaluation-Commercial Items. (a) Purchase order will be made to that technically acceptable quoter with satisfactory or neutral past performance whose quote, conforming to the solicitation, has offered the lowest evaluated price and is deemed responsible. The government reserves the right to issue a purchase order based upon initial quotes. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action be either party. Before the offer's specified expiration time, the Government mat accept and offer (or part of an offer), whether or nor there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-14 Limitations on Subcontracting. 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004)). 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor, 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; Special Disabled 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 of the Vietnam Era, and Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Military Sealift Fleet Support Command Attention: Deidre Fisher Building SP 64 471 "C" Street Norfolk, Va 23511 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 SERVICE OF PROTEST Interested parties may request an independent review of their protest as an alternative to consideration by the contracting officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X, Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the contracting officer prior to filing a protest. 52.247-34 F.O.B. Destination. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es) http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with firms that are owned or controlled by the Government of a terrorist Country 252.211-7003 and 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications--Commercial Items. 252.225-7002-1 Qualifying country sources as subcontractors 252.246-7003 Notification of Potential Safety issues Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities 252.225-7014 Preference for Domestic Specialty Metals (Deviation) 252.232-7003 Electronic Submission of Payment Requests; and 252.243-7002 Requests for Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. 252.247-7024 Notification of transportation of supplies by sea Any textile/materials used must comply with DFARS 252. 225.7002-1 and 252.225-7012 TEST PROGRAM FOR COMM ITEMS: Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 7 May, 2010 @0900 A.M. Offers can be emailed to Jessie.Garcia@navy.mil or faxed to 757-443-5982 Attn: Mrs. Jessie Garcia. Reference the solicitation number N40442-10-T-7297 on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b43e20ff2b0415520fdf4c5ce73d146)
 
Place of Performance
Address: 8 ships products to be delivered tp San Diego, CA 92123 and 6 ships products to be delivered to Williamsburg, VA 23188, United States
Zip Code: 23188
 
Record
SN02235583-W 20100812/100811000051-0b43e20ff2b0415520fdf4c5ce73d146 (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.