Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

30 -- DRIVE SHAFT PARTS AND ACCESSORIES FOR SEAARK PATROL BOATS

Notice Date
5/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0252
 
Response Due
6/8/2011
 
Archive Date
7/6/2011
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
E-Mail Address
Cpntract Specialist's e-mail address
(charles.e.fletcher@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Class 3040 and NAICS 336350. This is an All or None, Brand Name offer. The agency need of the following requirements: INDIVIDUAL ITEMS BREAKDOWN LIST Part/Catalog NumberDescriptionQtyUI 30-087STERN DRIVE14EA 30-574OPTIONAL HP GIMBAL RING14EA 12-570CENTAFLEX SERIES R14EA 11-718CYLINDER, INBOARD STEERING, BRASS7EA 30-338KIT POWER STEERING PUMP7EA 11-864HOSE,HP 4 JIC FEMALE SWIVEL14EA 11-852HOSE HP 7EA 11-865HOSE HP14EA 11-866HOSE HP7EA 11-867HOSE HP14EA 11-861HOSE HP7EA 11-862 HOSE HP7EA A. BRAND NAME MANUFACTUER FOR ALL PARTS AND ACCESSORIES IS KONRAD, 1421 HANLEY ROAD, HUDSON, WI 54016-9376. NO EQUALS. B. ALL PARTS AND ACCESSORIES ARE TO BE "NEW." NO EXCEPTIONS. C. NO SUBSITUTIONS OF ANY PARTS AND ACCESSORIES ASSOCIATED WITH THIS OFFER WILL BE ACCEPTED. NO EXCEPTIONS. D. MUST PROVIDE PROOF IN WRITING TO BE AN "AUTHORIZED" DEALER/DISTRIBUTOR OF KONRAD TO SELL THE REQUIRED PARTS AND ACCESSORIES. NO EXCEPTIONS. BRAND NAME SPECIFIED IS MANDATORY (OCT 1992) Parts or components described herein by reference to a manufacturer ™s name and/or part number and nomenclature shall be furnished in strict accordance with the manufacturer ™s published data relating to said supplies except to the extent otherwise specified in this contract. Complete interchangeability of parts with original equipment is mandatory. There is insufficient time to obtain and analyze data to insure interchangeability of parts if other than the brand name parts specified are furnished; therefore, bids/proposals offering parts of other than the supplier referenced will be rejected. The offeror warrants that the parts to be delivered hereunder will be of the part number(s) and the supplier specified. (End of Provision) The requirement is for a firm-fixed price type contract with 12 CLINS. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. 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; 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. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-9 Small Business Subcontracting Plan (Apr 2008), Alternate II (Oct 2001); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; 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 www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company ™s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PST, Wednesday, 08 June 2011 and will be accepted via Fax (619) 532-1088, Attn: Charles E. Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0252/listing.html)
 
Place of Performance
Address: NOLF IB BLDG 184, IMPERIAL BEACH, CA
Zip Code: 91932
 
Record
SN02456461-W 20110527/110525234447-827114bab3cfe504155dd4bdd0db7897 (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.