Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

95 -- Various sizes of Lead Ballast Weights

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331492 — Secondary Smelting, Refining, and Alloying of Nonferrous Metal (except Copper and Aluminum)
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T0071
 
Response Due
1/27/2011
 
Archive Date
2/11/2011
 
Point of Contact
Edwayne Sangalang 808-888-9391
 
Small Business Set-Aside
Total Small Business
 
Description
Lead Ballast for USS Jacksonville This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, 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 solicitation number is N00604-11-T-0071. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-47 and DFARS Change Notice 20110120. 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 331492 and the size Standard is 750 employees. This is a 100% Small Business Set Aside. The Fleet and Industrial Supply Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001: Lead ballast, 300 EACH. Ordering data: A) Weight, MIL-W-20096D dated 6 July 1987, with notice-1 dated 22 April 1998. B) Type A - Lead required. C) Dimensions and weight: 3" x 3" x 1", 3.65 lbs. each; CLIN 0002: Lead ballast, 100 EACH. Ordering data: A) Weight, MIL-W-20096D dated 6 July 1987, with notice-1 dated 22 April 1998. B) Type A - Lead required. C) Dimensions and weight: 3" x 7" x 1", 8.51 lbs. each; CLIN 0003: Lead ballast, 600 EACH. Ordering data: A) Weight, MIL-W-20096D dated 6 July 1987, with notice-1 dated 22 April 1998. B) Type A - Lead required. C) Dimensions and weight: 3" x 3" x 7", 25.52 lbs. each; CLIN 0004: Lead ballast, 50 EACH. Ordering data: A) Weight, MIL-W-20096D dated 6 July 1987, with notice-1 dated 22 April 1998. B) Type A - Lead required. C) Dimensions and weight: 3" x 2" x 1", 2.50 lbs. each; CLIN 0005: Lead ballast, 6000 EACH. Ordering data: A) Weight, MIL-W-20096D dated 6 July 1987, with notice-1 dated 22 April 1998. B) Type A - Lead required. C) Dimensions and weight: 3" x 3" x 1/4", 0.91 lbs. each. Delivery Location is PEARL HARBOR NSY & IMF, CODE 522 RECEIVING, BLDG. 167, 667 SAFEGUARD ST. SUITE 100,PEARL HARBOR, HI 96860-5033. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer-CCR 52.232-18, Availability of Funds 52.219-6, Notice of Total Small Business Set Aside, and its Alt I 52.219-28, Post Award Small Business Program Representation Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.201-7000, Contracting Officer Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close at 4 PM (Hawaii Standard Time) on Thursday, 27 January 2010. Contact Edwayne Sangalang who can be reached at 808-473-7577 or email Edwayne.sangalang@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based be made to the vendor, whose quote, conforming to the RFQ, represents best value, price and technical capability considered. 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 will be accepted via email only to the email address indicated above. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T0071/listing.html)
 
Record
SN02363028-W 20110122/110120234042-7685c879831d943c926a652eda4d0af4 (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.