Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

81 -- Electronic Equipment Shipping Containers

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017411Q0069
 
Response Due
9/22/2011
 
Archive Date
10/7/2011
 
Point of Contact
Omar Roque 301-744-6607
 
Small Business Set-Aside
Total Small Business
 
Description
Electronic Equipment Shipping Containers This is a combined synopsis solicitation for commercial item prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is 100% set aside for small business in accordance with FAR 52.219-1 AND 52.219-6 (THIS MEANS YOU MUST BE A SMALL BUSINESS, QUOTING THE PRODUCT OF A SMALL BUSINESS MANUFACTURER.) This request for quote (RFQ) N00174-11-Q- 0069 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporates provisions and clauses and are those in effect through Federal Acquisition Circular 2005-53. The NAICS code is 332439 with a size standard of 500 employees. The offeror shall provide a firm fixed price offer to fabricate sixteen (16) reusable shipping containers; each container shall hold two Pelco IV Camera Systems and sixteen (6) reusable shipping containers; each container shall hold a disassembled Garrett Magnetometer, Garrett Quick Release Magnadolly, Garrett Operational Test Piece, and Garrett Flat Test Piece. The Salient Characteristics for this requirement are attached to this posting in the performance work statement. The evaluation factors for this requirement are also attached. UNLESS AVAILABLE VIA ORCA THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.219-1 Alt 1 Small Business Program Representative, FAR 52.212-3, Offeror Representation and Certifications “ Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2, Evaluation “ Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation ™s minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions “ Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders “ Commercial Items, with reference to 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13 and 52.232-33. Addendum to 52.212-4 includes DFARS 252.211-7003 Item Identification and Valuation. 52.212-2, Evaluation-Commercial Items: the evaluation factors are as follows, listed in descending order of importance, unless otherwise stated. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. The Government will make a best value determination based on the attached factors. The Government ™s intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.)Company ™s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2.)The company ™s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3.)In addition, if you are quoting on a comparable commercial item, product literature must be included. 4.)To reiterate, All FAR certifications and representations specified above must also accompany your quote unless available on line. Any and all questions must be submitted 5 days before close of solicitation. No questions will be accepted after that time. Responses must be received no later than 6:00 p.m. EST on 22-September-2011. Provide responses to Omar Roque Code 13F at omar.roque@navy.mil or via fax at 301-744-6670. This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017411Q0069/listing.html)
 
Record
SN02571556-W 20110914/110912235110-becb29b64e16848b2cc101d5de07b0ef (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.