Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

52 -- INTERFACE GAGES

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0313
 
Response Due
8/27/2010
 
Archive Date
9/11/2010
 
Point of Contact
Cindy Tafoya 562-626-7378
 
E-Mail Address
Click here to contact the contracting officer via e-mail
(cindy.tafoya@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 combined synopsis/solicitation shall be posted on both FEDBIZOPPS (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-10-T-0313. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44 and DFARS Change Notice 20100810. 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.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333515 and the Small Business Standard is 500 employees. This requirement is a 100% Small business set aside. The Fleet & Industrial Supply Center San Diego, Seal Beach Division requests responses from qualified sources capable of providing Special Interface Gages in accordance with the attached Statement of Work and drawings specifications. CLIN 0001 “9 Each, Special Interface Gages Number 2543122. CLIN 0002 “9 Each, Special Interface Gages Number 2543119. Any deviations must be cleared by NSWC Corona before manufacturing of the gages. Acceptance is a 100% certification of each gage performed by NSWC Corona. Delivery: 90 Days after receipt of order. Ship To: NSWC Corona Division, Corona CA 92860. FOB Destination. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 7/11/05; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at https://www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-34 F.O.B Destination. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation ™s minimum criteria for (i) technical capability of proposed item to meet the requirement (ii) past performance at the lowest (iii) price. Offeror ™s proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. Only those offers which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussion with offerors. Each initial offer should, therefore contain the Offeror ™s best terms from both a price and technical standpoint. TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating technical information submitted in response to the following: Offerors must furnish documentation that adequately demonstrates the vendor ™s ability to produce segmented thread rings within drawing specifications. Such documentation can be existing literature, previous or similar builds of various segmented thread rings (internal or external threads), engineering designs, inspection records, certification records, or any other documentation literature that demonstrates the vendor ™s ability to produce the required items. Documentation must include a list of equipment used for manufacturing Navy Special Interface Gages. Must demonstrate ability to meet required delivery date of 12 weeks after receipt of order. Items offered, as provided in Offerors ™ technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. Offeror ™s PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror ™s PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: Very little to not potential risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror ™s past performance. SATISFACTORY: Little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror ™s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror ™s past performance. In accordance with Federal Acquisition Regulation 9.104, in order to validate responsibility, the Offeror must furnish sufficient information that demonstrates that the Offeror has the necessary manufacturing equipment, inspection sources, tools and other materials and resources to fabricate the required gages and meet the required delivery schedule. In addition, the vendor is provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. All offerors shall provide cage code, Dunn and Bradstreet number, tax identification number and also complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M. Local Time, 27 August 2010 and will be accepted via FAX 562-626-7275, Attn: Cindy Tafoya, or e-mail cindy.tafoya@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0313/listing.html)
 
Record
SN02241700-W 20100818/100816234706-8a06407153364b74bd446faa5ff64551 (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.