Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

42 -- Miscellaneous Firefighting and Rescue Equipment. Please see combined synopsis and solicitation.

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor 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
N0060411T3194
 
Response Due
9/16/2011
 
Archive Date
9/30/2011
 
Point of Contact
Jean Williams 808-473-7546 Jean Williams 808-473-7546
 
E-Mail Address
marlynjean.williams@navy.mil
(marlynjean.williams@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures at 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/). 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 RFQ number is N00604-11-T-3194. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products The NAICS code is 333996 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The Fleet Logistics Center (FLCPH) Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 -Fire hooks unlimited 6' NY Roof Hook w/Chisel (Aircraft Steel), 1 SE (30) CLIN 0002 -Fire hooks unlimited X-Lock 714 (telescopic pike pole), 1 SE (15 CLIN 0003 -Kocheck aluminum piston intake valve 6" w/ 4" stroz inlet, 1 SE (20) CLIN 0004 -Kocheck threaded in-line gauges 1/2-inch, 1 SE (15) CLIN 0005 -Kocheck threaded in-line gauges 2 1/2-inch, 1 SE (15) CLIN 0006 -Elkhart brass gated wye 2 1/2-inch inlet x (2) 1 1/2-inch outlet, 1 SE (20) CLIN 0007 -Amerex 2 1/2 gallon pressurized water extinguisher, 1 SE (25) CLIN 0008 -Fire Hooks unlimited "Original" extinguisher harness, 1 SE (25) CLIN 0009 -Tempest Ventmaster 576-HD Chain Saw, 1 SE (5) CLIN 00010 -Tempest chainsaw 16-inch bar upgrade kit, 1 SE (17) CLIN 00011- Partner K-950 rescue saw, 1 SE (20) CLIN 00012 - MK Diamond Products Inc. MK Fire Tiger Tooth 14-inch blade, 1 SE (20) CLIN 00013- Fire Axe Inc, 8lb. flat head axe w/36-inch fiberglass handle, 1 SE (10) CLIN 00014 - Fire Axe Inc, 16lb. pick head axe w/36-inch fiberglass handle, 1 SE (10) CLIN 00015- Shipping: DELIVERY REQUESTED TO THE FEDERAL FIRE DEPARTMENT HEADQUARTERS, 650 Center Drive, Building 284 PEARL HARBOR, HAWAII 96860 within 60 DAYS of the receipt of award. 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; 52.212-1, 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; 52.219-28, 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 52.223-18, 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 52.219-1, Small Business Concern Program Representation; 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference 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, Control of Government Personnel Work Product. 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 252.232-7010, 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 252.232-7003, 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) The deadline for submission of quote is September 16, 2011 by 4:00 p.m., Hawaii Standard Time. 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. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to access and bill through Wide Area Workflow. 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/. Registration must be current and in good standing. All quotes shall include price(s), a vendor point of contact, name and phone number, email address, business size, and payment terms. Please include your Cage Code, DUNS and TIN on your quote. 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/N0060411T3194/listing.html)
 
Place of Performance
Address: FEDERAL FIRE DEPARTMENT HEADQUARTERS,
Zip Code: 650 Center Drive, Building 284, Pearl Harbor, HI
 
Record
SN02568788-W 20110911/110909235156-c6d49aed28916465a9c5b710727b5876 (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.