Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

73 -- FABRICATED FOOD SERVICE COUNTERS - NAF EL CENTRO, CA

Notice Date
8/4/2011
 
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
N0024411T0415
 
Response Due
8/22/2011
 
Archive Date
9/6/2011
 
Point of Contact
Isabelito M. Cabana 619-532-2557
 
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 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-0415. 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 (SEE STATEMENT OF WORK (SOW) FOR MINIMUM SPECIFICATION): CLIN 0001 CUSTOMIZED SOUP/SALAD BAR COUNTER “ ONE (1) EACH CLIN 0002 CUSTOMIZED HOT FOOD LINE COUNTER “ ONE (1) EACH CLIN 0003 CUSTOMIZED BEVERAGE/DESSERT COUNTER “ TWO (2) EACH CLIN 0004 CUSTOMIZED GENERAL USE COUNTER “ ONE (1) EACH CLIN 0005 CUSTOMIZED TRAY & SILVERWARE DISPENSER COUNTER “ ONE (1) EACH CLIN 0006 REMOVE OLD AND INSTALL NEW COUNTERS DELIVERY SCHEDULE: Shall be delivered no later than 60 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. DELIVERY LOCATION: Naval Air Facility El Centro, El Centro, CA SITE VISIT: Although not required, prospective offerors are encouraged to perform site visit to have a more comprehensive understanding of this requirement. To make arrangement for the site visit, contact POC: CSC David Cruz; Phone: 760-339-4900 Email: david.c.cruz@navy.mil. OTHER TERMS AND CONDITIONS: FOB Destination applies. 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, 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; 52.225-3, Buy American Act; and 52.232-33, Payment by Electronic Funds Transfer. Quoters SHALL include a completed copy of 52.212-3 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: 252.225-7001, Buy American Act and Balance of Payment Program. This announcement will close at 9 am PST August 22, 2011. Contact Isabelito M. Cabana who can be reached at 619-532-2557 or email Isabelito.cabana@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. 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 SPECIFICATION OF PROPOSED ITEM (ii)PAST PERFORMANCE (iii)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 œwill comply 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. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) and delineated in SOW will be further evaluated under Factors (ii) and (iii). In the second step of evaluating the offers determined under Factor (i) to be technically acceptable, Factor (ii), 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. (b) TECHNICAL SPECIFICATION OF PROPOSED ITEM. Factor (i), will be assessed by evaluating technical information submitted in response to this solicitation. Offerors' technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Criteria to use is conformance with ALL requirements delineated in the SOW. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (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 by the Technical Evaluation Board. (3)Statement addressing how minimum requirements are to be met, if not in technical drawing/specification. (4)Delivery Schedule (5)Past Performance information (6)Filled-in FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items Submit quote as ATTACHMENT to email to Isabelito.cabana@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0415/listing.html)
 
Record
SN02521812-W 20110806/110804235009-0f38a186bf0cd1fece983a399e0db986 (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.