Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

95 -- Aluminum plate, aviation grade, 7050-T7451, MMS1420; (6) each; Aluminum plate test coupons, 7050-T7451, MMS1420, (2) each;

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0429
 
Response Due
9/7/2010
 
Archive Date
9/22/2010
 
Point of Contact
Ralph Franchi 619-532-2517 Ralph A. Franchi
 
E-Mail Address
2-2517<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12 Acquisition of Commercial Items and FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-10-T-0429. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43, effective August 2, 2010 and DFARS-DCN 20100820. This solicitation is issued as restricted. NAICS Code 423510 is applicable and business size is 100 employees. The following material is required: SECTION A:********************************************************************************* Line Item 0001: Aluminum Plate, (6) each; Commercial Aviation Grade: 7050-T7451, MMS1420 Dimensions: 4.00 Thick x 43.00 Wide x 60.00 Long; Deviations in dimensions of material will not be accepted and the material will be rejected at destination. Line Item 0002: Aluminum Plate (test coupons); (2) each; 7050-T7451, MMS1420; size: 4.00 x 6.00 x 6.00 ; NOTES: (1) MATERIAL MUST BE CUT ALONG THE 60.00 GRAIN LENGTH DIRECTION. ALL MATERIAL MUST BE FROM ONE HEAT LOT. TEST COUPONS SHALL BE PROVIDED FOR EACH HEAT LOT. EACH PLATE SHALL BE MARKED WITH MILL MARKINGS AND PLACE FACEUP ON INDIVIDUAL PALLET UPON DELIVERY. (2) PACKAGING INSTRUCTIONS: ALL PLATES MUST BE ON INDIVIDUAL PALLETS STRONG ENOUGH TO HOLD THE WEIGTH OF EACH PALLET. THE MATERIAL SHALL BE BANDED AND THE MILLS CERTIFICATES SHALL BE ATTECHED TO EACH PIECE OF MATERIAL DELIVERED. (3) DELIVERY ADDRESS: FRCSW 1ST AND UTGOFF STREET CAN 37 NORTH ISLAND SAN DIEGO, CA 92135 Government Delivery Requirements: The Government requires all material to be delivered within 30 days after receipt of an order. Contractors must provide an accurate and realistic delivery schedule based on information from the mill they will obtain the material from. Additional requirements: Certificate of Conformance: All items listed shall be accompanied with the certificate of conformance and test report. The certification shall contain the manufacturer, the mill lot, and the heat lot identification as a minimum. All metal shall be marked with manufacturer, the mill lot, and/or heat lot identification, size permitting. The test report shall show data such as the requisition number, description of material, chemical analysis and mechanical properties. Direct shipping from vendor required (no sub-vendor shipping) to ensure all specifications are met. The required delivery date (RDD) in accordance with FAR 52.211-8 is 7-10 days after receipt of order. If any contractor takes exception to this required RDD the contractor must propose their most realistic delivery date and or delivery schedule in accordance with FAR 52.211-8. Quotations citing delivery timeframes of longer than the Governments specified date may be considered unacceptable and therefore not considered for award. All transportation charges to be paid by the contractor without additional expense to the Government. Offers submitted on a basis other than F.O.B. Destination will be rejected as non-responsive and offers may be deemed unacceptable. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center-SW, San Diego, CA 92135. Payment of Invoices: The Government anticipates that fully certified invoices shall be paid using Wide Area Workflow (WAWF). Any technical questions are to be directed to: Ralph A. Franchi Contract Negotiator, US Navy, FISCSD, Code 240, 619-532-2517, ralph.franchi@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. SECTION B:********************************************************************************** FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. SECTION C:****************************************************************************** FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose provide products at the lowest overall cost technically acceptable, with the best delivery time. The following factors shall be used to evaluate the quotation: (i) Capability of the contractor to provide the required material. To be determined technically acceptable, the contractor must furnish information, descriptive literature that provides pertinent information to the products being offered. Data must be submitted in accordance with FAR 52.212-1(b)(4). Provide information in an electronic (pdf preferred) if possible. (ii) Delivery Schedule: The Government intends on evaluating quotations that can provide a delivery date or delivery schedule based on a 30 day delivery. Quotations received citing a delivery date greater than the 30 days may not be considered the best overall value for the Government and possibly not considered for award. (iii) Pricing: Contractors must provide a unit current pricing for the CLIN specified and a total cost for each line item under this solicitation (if pricing is applicable). Pricing will be evaluated against other quotations received. The Delivery Schedule factor is considered to be the most important factor of the three factors listed. Vendors that can meet this factor shall have the other two factors evaluated. Quotations which take exception and do not meet the Government s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. SECTION D:********************************************************************************* FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. SECTION E:********************************************************************************* FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 is hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 333 Non US Navy Owned Cranes Aug 2004; 52.204-7 Central Contractor Registration (Oct 2003); 52.204-7 Central Contract Registration Oct 2003; 52.204-8 Annual Representations and Certifications Jan 2006; 52.211-8 Time of Delivery (Jun 1997); SECTION F:********************************************************************************** FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, 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 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-7 Central Contract Registration; 52.204-8 Annual Representations and Certifications, Jan 2006; 52.246-15 Certificate of Conformance (Apr 1984); 52.211-8 Time of Delivery (Jun 1997) DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 Central Contractor Registration (CCR) is required. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 240, 619-532-2517, 619-532-1088 fax. ralph.franchi@navy.mil Reference solicitation number: N00244-10-R-0429 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on September 7, 2010. See numbered note 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0429/listing.html)
 
Record
SN02259853-W 20100901/100830234818-65ce41e1b899fffeeaf331716494579f (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.