Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

81 -- Containers

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container 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
N0024411T0581
 
Response Due
9/19/2011
 
Archive Date
10/4/2011
 
Point of Contact
Shannon La Com 562-626-7104
 
Small Business Set-Aside
N/A
 
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-0581. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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: https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 332439 and the Small Business Standard is 500 employees. This action is unrestricted. The Fleet Logistics Center San Diego, Regional Contracts Department, Seal Beach Division requests responses from qualified sources capable of providing: CLIN 0001 40' containers manufactured to standard ANSI/ISO industry specifications Quantity 2, EA, with 1 set of manuals per container See attached specifications Product shall be delivered no later than 30 January 2012. Inspection and acceptance will be performed at the destination by a government representative. Delivery to NAS Lemoore, CA 93246 The government intends to make a single award, firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards ; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its 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 the following clauses applicable to paragraph (b) and (c): 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;52.223-18 -- Contractor Policy to Ban Text Messaging While Driving. 52.232-33, Payment by Electronic Funds Transfer; 52.204-7 Central Contractor Registration; 52.247-34 F.O.B Destination. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Additional DFARS contract terms and conditions applicable to this procurement are: 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; 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.211-7003 Item Identification and Valuation. N00244L332, UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. 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. FAR 52.212-2, Evaluation: 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 (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: (i)Technical capability of the item to meet the requirement (ii)Meeting the required delivery date (iii)Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) Offerors proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the products offered as either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal technically unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate delivery time as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. Technical and meeting the delivery date, when combined, are equal to 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 Offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating commercial product brochures, drawings and technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in 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 as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) The Government ™s required delivery date is clearly defined above. Ability to meet the required delivery date and shipping terms shall be demonstrated by the offeror ™s submission of a signed offer which has not taken exception to the required date and terms. A written notice of award or acceptance of an offer mailed or electronically furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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/. Questions regarding this solicitation must be submitted in writing via email to the below Government point of contact. This announcement will close and all offers must be received NLT 1 PM PST on 19 September 2011. Submit offers via email or via NECO/FBO to Shannon La Com who can be reached at (T) 562.626.7104 or email Shannon.lacom@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code, tax identification number and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0581/listing.html)
 
Record
SN02567105-W 20110910/110908235856-9e0e45317de4f973d63d9e747714ffd4 (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.