SOLICITATION NOTICE
42 -- 2000 Ft Oil Boom IAW spec BOOM-1 r5
- Notice Date
- 8/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0443
- Response Due
- 8/17/2011
- Archive Date
- 9/1/2011
- Point of Contact
- Rachel McFarland 562-626-7319
- E-Mail Address
-
Click here to contact contract specialist
(Rachel.McFarland@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items using Simplified Acquisition Procedures at FAR 12.6, 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 (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0443. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the contractor s responsibility 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 339999 and the Small Business Standard is 500. This is a small business set aside. The NAVSUP Fleet Logistics Center (FLC), San Diego Seal Beach Div requests responses from qualified sources capable of providing the following: ITEM 0001-2000 FT, Permanent-type containment boom manufactured IAW Program spec. BOOM-1 r5. Variables and/or deviations include: 24 OAH, 100 oz. urethane coated polyester fabric, 100 sections, ASTM Slide connectors. Specify the make and model of the proposed boom fabric. (SEE ENCLOSED BOOM-1 r5 SPECS ATTACHMENT) Delivery F.O.B. Destination to Bremerton WA 98314. Delivery Date Within 10 Weeks after receipt of order. Vendors should clearly identify the item quoted by brand name, if any; and indicate the material name and/or model number if applicable; include descriptive literature such as illustrations, drawings, or technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, EVALUATION COMMERCIAL ITEMS (JAN 1999); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.252-2, Clauses incorporated by Reference, 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; 252.204-7004 Alt A, Central Contractor registration (52.204-7) Alternate A; FAR 52.204-10-Reporting Executive Compensation and first Tier Subcontract awards; 52.223-18, Contractor Policy To Ban Text Messaging While Driving; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Re-representation, 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of employee Rights Concerning Payment of Union dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 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 Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea; N00244L332-UNIT PRICES- Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Award will be made only if the offeror, the product/service or the manufacturer meets qualification/requirement at time of award. The Government intends to make a single award to the responsible offeror whose offer meets the technical requirements set forth above and provides the lowest price to the Government. At the discretion of the Contracting Officer, the government intends to evaluate proposals and award a contract without discussion with offerors. Each initial offer should therefore contain the Offeror s best terms and price. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Any questions regarding this solicitation should be forwarded via email to the contract specialist, Rachel McFarland, at Rachel.mcfarland@navy.mil. All quotes shall include price(s), delivery schedule, point of contact and phone number, GSA contract number if applicable, business size, FOB point, Cage code, Dunn and Bradstreet number, Tax Identification Number, and payment terms. Each response must clearly indicate the manufacturer and part number that is being quoted. Quoters must be registered in the CCR database. Registration is free and can be completed on-line at https://www.bpn.gov/ccrsearch. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M., local time 8/17/2011 and will be accepted via fax 562-626-7275 or via e-mail rachel.mcfarland@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0443/listing.html)
- Record
- SN02528169-W 20110812/110810234705-2cf1d244e4a41eb90267066b16c811c9 (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 |