Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

99 -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3203
 
Response Due
9/8/2011
 
Archive Date
10/8/2011
 
Point of Contact
Keely K. Bell 808-473-7666
 
E-Mail Address
keely.k.bell@navy.mil
(keely.k.bell@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 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 RFQ number is N00604-11-T-3203. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 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.acquisition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332999 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. Brand Name or Equal: 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 below. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Offerors are shall provide the information required by FAR 52.211-6 when submitting offers for brand name or equal products. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following items, brand name or equal: CLIN 0001 “ Creative Building Products Defensive Fighting Position (DFP), Part No: DFP-GPBK, Color: BLACK QTY 3 Ea @ $__________. = $__________. Salient characteristics: Personal mobile guard post “ Can be portable or permanently installed NIJ4 ballistic steel (30.06 AP) NIJ4 ballistic windows (30.06 AP) 270 ° of protection from blast, ballistic, and shrapnel Gunport (can be opened and closed from inside) 2 fold down seats 1 fold down shelf CLIN 0002 “ Creative Building Products DFP Roof with ventilation option, Part No: DFP-RVBL, Color: Black QTY 3 Ea @ $__________ = $__________. CLIN 0003 “ Creative Building Products DFP Wheel Assembly, Part No: DFP-WABK, Color: Black QTY 3 Ea @ $__________ = $__________. CLIN 0004 “ Freight QTY 1 Grp @ $__________ = $__________. Delivery Date: 30 Days ARO Delivery Location (FOB Destination): 850 Ticonderoga Street, Pearl Harbor, HI 96860-5101 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; 52.211-6, Brand Name or Equal;52.219-1, Small Business Concern Program Representation; 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items; 52.212-3 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: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 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 52.222-36, Affirmative Action for Workers With Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration Quoters shall include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial Items and its 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 252.204-7003, DFARS 252.204-7004 Alt A DFARS 252.211-7003, Item Identification and Valuation DFARS 252.225-7000, Buy American Act ”Balance of Payments Program Certificate DFARS 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFARS 252.232-7010, Levies on Contract Payments DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7021, Trade Agreements 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 (iv) Alt III, Transportation of Supplies by Sea SUP 5252.232-9402, Wide Area Work Flow (WAWF) This announcement will close at 4:00 PM HST on 08 SEPT 2011. Quotations must be received via email by this date/time to be considered responsive. Contact Keely Bell, Contract Specialist, who can be reached at 808-473-7666 or via email at keely.k.bell@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. The submitter should confirm receipt of submissions. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technical acceptability. 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. 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/N0060411T3203/listing.html)
 
Place of Performance
Address: 850 Ticonderoga Street, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN02554666-W 20110901/110830235048-53f5fb1d12dc1c8d0d65be04f63b6d08 (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.