Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOLICITATION NOTICE

66 -- Human Bone Grinder/Polisher

Notice Date
11/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
N0060412T3009
 
Response Due
12/7/2011
 
Archive Date
12/22/2011
 
Point of Contact
Kyong Yu 808-473-7967
 
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, 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 N00604-12-T-3009. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-54 and DFARS Change Notice 20111118. 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 334516 and the Small Business Standard is 500 employees. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following: ITEM 0001: HUMAN BONE GRINDER-POLISHER Quantity = 2, Unit = Each METASERV Model 250 Grinder or Equal 8 /10 (203mm/254) platen capacity specifically for use with wet or dry bone material (human Remains) See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0002: 8 INCH ALUMINUM WHEELS Quantity = 3, Unit = Each See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0003: 8 INCH MAGNETS Quantity = 2, Unit = Each MAGNOMET Magnets or Equal See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0004: PACKAGE OF 8 INCH DISCS Quantity = 1, Unit = Each Package of MAGNOMET 8 Inch Disc or Equal See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0005: DIAMOND GRINDING DISCS Quantity = 1, Unit = Each APEX Diamond Grinding Disc (Red, 75 Micrometers) or Equal See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0006: DIAMOND GRINDING DISCS Quantity = 1, Unit = Each APEX Diamond Grinding Disc (Yellow, 35 Micrometers) or Equal See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0007: DIAMOND GRINDING DISCS Quantity = 1, Unit = Each APEX Diamond Grinding Disc (Blue, 8 Micrometers) or Equal See Technical Specifications Technical POC: Greg Brewer (808-448-1731) ITEM 0008: SHIPPING See Delivery Schedule Technical POC: Greg Brewer (808-448-1731) Delivery date shall be by January 30, 2012. If the required Delivery schedule cannot be met, an alternate schedule may be considered. Delivery shall be to JPAC-CIL Headquarters, 310 Worchester Avenue, Building 45, Joint Base Pearl Harbor Hickam (JBPHH), HI 96853-5530. Method of payment is by Government Purchase Card. Unless otherwise specified in the order, the contractor 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; 52.212-1, 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-1, Buy American Act Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.222-22, Previous Contracts and Compliance Reports; 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 252.204-7004 and its ALT A, Central Contractor Registration; 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 252.247-7023, Transportation of Supplies by Sea, Alternate III; 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; SUP 5252.243-9400, Authorized Changes only by the Contracting Officer; This announcement will close at 4:00 p.m. Hawaii Standard Time on Wednesday, December 7, 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/N0060412T3009/listing.html)
 
Place of Performance
Address: JPAC-CIL Headquarters
Zip Code: 310 Worchester Avenue Building 45, JBPHH, HI
 
Record
SN02630525-W 20111202/111130234104-e32bf348c661dd359a7593b7122f0446 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.