Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

J -- Battery Replacement

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
N0060411T3224
 
Response Due
9/20/2011
 
Archive Date
9/16/2011
 
Point of Contact
Kyong Yu 808-473-7967 Technical POC:
 
E-Mail Address
<!--
 
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, 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 (https://www.fbo.gov/) and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3224. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the Small Business Standard is $19 million. This acquisition is a 100% Small Business Set-Aside. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following: ITEM 0001: BATTERIES 6V, 100AH Batteries Powersafe 3CC-5M or Equal See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0002: REPLACEMENT STEPPED BATTERY RACK Seismic rated to zone 4H Class 1 See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0003: SPILL CONTAINMENT TRAY/SYSTEM See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0004: SYSTEM BATTERY CHARGER Hindle AT10-130-020 or Equal See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0005: REMOVE AND REPLACE CHARGER, BATTERY, AND RACK See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0006: REPLACE A/C BREAKER IF REQUIRED See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0007: RECYCLE USED CHARGERS, BATTERIES, AND RACKS See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) ITEM 0008: SHIPPING COST See Performance Work Statement Technical POC: Tim Bubois (808-653-5598) Period of Performance shall be September 26, 2011 to December 31, 2011. If the required Period of Performance cannot be met, an alternate schedule may be considered. Place of Performance shall be at NCTAMS, 500 Center Street Building 234, Wahiawa, HI 96786. Method of payment is by Government Purchase Card. 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: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; Quoters shall include a completed copy of 52.212-3 and all its ALT I with quotes. 52.212-4, Contract Terms and Conditions “ Commercial Items (Jun 2010); 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 ™s Interests 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 Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011); 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payments Programs; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III (MAY 2002); DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7000, Buy American Act “ Balance of Payments Program Certificate (Dec 2009); DFARS 252.232-7010, Levies on Contract Payments; This announcement will close at 4:00 p.m. Hawaii Standard Time on September 20, 2011. Contact Kyong Yu who can be reached at (808) 473-7967 or email kyong.yu@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. All responsible sources may submit a quote which shall be considered by the agency. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3224/listing.html)
 
Place of Performance
Address: NCTAMS
Zip Code: Power Plant BLDG 234
 
Record
SN02573266-W 20110915/110913235321-647253811d81942294e8b41cd69b92bf (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.