Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

72 -- SALAD BAR AND CASHIER STATION COUNTER

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0344
 
Response Due
7/20/2011
 
Archive Date
8/20/2011
 
Point of Contact
Jennifer Escalante 619-532-2629
 
E-Mail Address
Contract Specialist: Jennifer Escalante
(jennifer.escalante@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 FAR Part 13, 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 RFQ number is N00244-11-T-0344. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50 and DFARS Change Notice 20110518. 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 332322 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: CLIN 0001 SALAD BAR AND CASHIER STATION RENOVATION “ PT MUGU GALLEY. SEE ATTACHED STATEMENT OF WORK AND DRAWING DELIVERY SCHEDULE: Shall be delivered no later than 90 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. DELIVERY LOCATION: PT Mugu Galley, BLDG 20, Naval Base Ventura County, California SITE VISIT: Site visits will be available on Monday, July, 18, 2011 from 8:00 AM “ 2:00 PM PST. Reporting location will be at the main gate. Photo ID, proof of insurance and vehicle registration are required for base access. Reservations to attend the site visit must be made by close of business July, 15, 2011 by contacting Jennifer Escalante at 619-532-2629 or Jennifer.escalante@navy.mil OTHER TERMS AND CONDITIONS: 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: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verifications of Contractor Personnel 52.211-6, Brand Name or Equal is hereby incorporated by reference. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-37, Employment Reports on Special Disabled Veterans; and 52.232-33, Payment by Electronic Funds Transfer 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.O.B. Destination 52.249-1, Termination for the Convenience of the Government (Short Form) 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product 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: 252.225-7001, Buy American Act and Balance of Payment Program and 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243.7001, Pricing of Contract Modifications SUP 5252.232-9402 WAWF Invoicing and Payment Instructions NDZ L-332, Unit Pricing This announcement will close at 1:00 PM PST July 20, 2011. Contact Jennifer Escalante at 619-532-2629 or email Jennifer.escalante@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. Quotes will be accepted via fax at 619-532-1088, Attn: Jennifer Escalante or by e-mail at Jennifer.escalante@navy.mil. Do not mail quotes. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i)TECHNICAL CAPABILITY TO MEET THE REQUIREMENT (ii)DELIVERY SCHEDULE (iii)PAST PERFORMANCE (iv)PRICE Offerors' 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. A świll comply ť statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria 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) and delineated in SOW will be further evaluated under Factors (ii), (iii), and (iv). In the second step of evaluating the offers determined under Factor (i) to be technically acceptable, Factor (ii), DELIVERY SCHEDULE, and Factor (iii) PAST PERFORMANCE, all combined with factor (i) is approximately of equal importance with Factor (iv), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (End of Clause) 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/. Additional instruction to offerors: Offers shall include following: (1)Signed priced offer on company letterhead (see FAR 52.212-1) with point of contact information, DUNS, Cage Code, and business size/type. (2)Drawings and/or plans showing enough detail to allow proper evaluation. (3)Statement addressing how minimum requirements are to be met, if not in technical drawing/specification. (4)Delivery Schedule (5)Past Performance information Submit quote as ATTACHMENT to email to jennifer.escalante@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0344/listing.html)
 
Record
SN02495714-W 20110714/110712234544-1f0c6fab368fc3f77fa1ffaef54e22f8 (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.