Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

34 -- Welding Machines

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T0367
 
Response Due
2/14/2011
 
Archive Date
3/1/2011
 
Point of Contact
Scot Griep (808) 473-7546
 
Small Business Set-Aside
N/A
 
Description
*** THIS REVISED SOLICITATION/SYNOPSIS IS TAKING THE PLACE OF SOLICITATION NUMBER N0060411T0347 *** This is a Brand Name or Equal COMBINED SYNOPSIS/SOLICITATION for commercial supplies 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 and NECO (http://www.neco.navy.mil/). The solicitation number is N00604-11-T-0347. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-49 and DFARS Change Notice 20070913. 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 333992 and the Small Business Standard is 500 Employees. The proposed contract will be conducted on an unrestricted basis. The Fleet and Industrial Supply Center (FISC) Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001: 4 EACH, WELDING MACHINE, MILLER GOLDSTAR 652, PART NO: 903 402, 230/460/575 VOLTS. CLIN 0002: 1 EACH, WELDING MACHINE, MILLER DIMENSION 1000, PART NO: 903 650, 60 HZ 230/460/575 VOLTS. CLIN 0003: 1 EACH, WELDING MACHINE, DYNASTY 200 DX, PART NO: 907 099011, 120-460 VOLTS. CLIN 0004: 2 EACH, WELDING MACHINE, MILLER CST-280 RACK, DINSE 4 PACK, PART NO: 907 245. CLIN 0005: 8 EACH, WELDING MACHINE, MILLER CST 280, INDIVIDUAL TYPE UNITS, DINSE CONNECTOR TYPE, PART NO: 907 244. CLIN 0006: 1 EACH, WELDING MACHINE, MILLER SYNCROWAVE 350LX TIGUNNER, PART NO: 907 198032. CLIN 0007: 4 EACH, WELDING MACHINE, MILLER MAXSTAR 200DX, PART NO: 903 701011, 120-460 VOLTS. CLIN 0008: 1 LOT, SHIPPING COSTS TO PEARL HARBOR, HI 96860 (FOB DESTINATION) 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 including 52.219-28, Post Award Small Business Program Representation 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 52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Invoicing and Payment (WAWF) Instructions This announcement will close on Monday, 14 February 2011 on 1200 hours, Hawaii Standard Time. Contact Mr. Scot Griep at (808) 473-7546 or scot.griep@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to evaluation criteria of this procurement. This final contract award will be based on a determination of Lowest Price/Technically Acceptable. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. SOURCE SELECTION DECISION: The Government intends to evaluate offers and award a contract using the simplified acquisition procedures of FAR Subpart 13.1. The Government shall select the vendor whose quote represents the lowest price, technically acceptable option to the Government when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are listed above in the CLIN section. Brand Name Justifications are attached. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. 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 over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T0367/listing.html)
 
Record
SN02374872-W 20110210/110209055804-a31590171432f40fae94fcbcfccbc55a (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.