Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

99 -- POTABLE WATER AND DELIVERY

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 NorthHarbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0142
 
Response Due
3/27/2012
 
Archive Date
4/27/2012
 
Point of Contact
JENNIFER ESCALANTE 619-556-7738
 
E-Mail Address
JENNIFER.ESCALANTE@NAVY.MIL
(JENNIFER.ESCALANTE@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items preparedin accordance with the information in FAR Part 12, using SimplifiedAcquisition Procedures under FAR Part 13, as supplemented with theadditional information included in this notice. This announcementconstitutes the only solicitation; a written solicitation will not beissued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Thiscombined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO(http://www.neco.navy.mil/). The RFQ number is N00244-12-T-0142. Thissolicitation documents and incorporates provisions and clauses in effectthrough FAC 2005-50 and DFARS Change Notice 20110518. It is theresponsibility of the contractor to be familiar with the applicable clausesand 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. TheNAICS code is 484110 and the Small Business Standard is $25.5 million. Theproposed contract is 100% set aside for small business concerns. The NAVSUPFleet Logistics Center San Diego requests responses from qualified sourcescapable of providing: CLIN 0001 The contractor shall provide and deliver potable water to theDarwin Wash Training Facility located in the remote North East portion ofNAWS China Lake, CA in accordance with the attached statement of work. Thewater quality must meet the minimum public health standards as set forth bythe State of California. DELIVERY SCHEDULE: The contractor shall provide and deliver 56 loads ofpotable water by motor vehicle in 6,200 gallon increments for a period of 12months starting April 1, 2012. DELIVERY LOCATION: EODTEU-ONE NAWS China Lake, CA OTHER TERMS AND CONDITIONS: Responsibility and Inspection: unless otherwisespecified in the order, the supplier is responsible for the performance ofall inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verifications of Contractor Personnel. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, 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 orExecutive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.228-5, Insurance Work on a Government Installation 52.228-10, Vehicular and General Liability Insurance 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.O.B. Destination 52.249-1, Termination for the Convenience of the Government (Short Form) 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7001, Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisitions ofCommercial Items including: 252.225-7001, Buy American Act and Balance ofPayment Program; 252.232-7003, Electronic Submission of Payment Requests DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243.7001, Pricing of Contract Modifications SUP 5252.232-9402 WAWF Invoicing and Payment Instructions NDZ L-332, Unit Pricing This announcement will close at 3:00 PM PST March 27, 2012. Contact Jennifer Escalante at 619-556-7738 or emailJennifer.escalante@navy.mil. Oral communications are not acceptable inresponse to this notice. All questions regarding this solicitation must be received by 1:00 PM PST,March 26, 2012. Questions received after this date and time may not beaddressed. All responsible sources may submit a quote which shall be considered by theagency. Quotes will be accepted by e-mail at Jennifer.escalante@navy.mil. Donot mail quotes. FAR 52.212-2, Evaluation - Commercial Items is applicable to thisprocurement. (a) The Government will award a contract resulting from this solicitation tothe responsible offeror whose offer conforming to the solicitation will bemost advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) TECHNICAL CAPABILITY TO MEET THE REQUIREMENT (ii) DELIVERY SCHEDULE (iii) PAST PERFORMANCE (iv) PRICE Quotes will be evaluated first under Factor (i) above, which representsMINIMUM acceptable criteria. Under this factor, products offered will bedetermined to be either technically acceptable or unacceptable. Failure tomeet the minimum criteria will render the offer to be technicallyunacceptable and to not be considered for award. Only those Offers which meet the minimum requirements established by Factor(i) and delineated in SOW will be further evaluated under Factors (ii),(iii), and (iv). At the discretion of the Contracting Officer, the Government intends toevaluate quotes and award a contract without discussions. Each initial offer should, therefore contain the best terms from both aprice and technical standpoint. Central Contractor Registration (CCR) Quoters must be registered in the CCRdatabase to be considered for award. Registration is free and can becompleted on-line at http://www.ccr.gov/ Additional instructions: Quotes shall include the following: (1) Signed priced quote on company letterhead (see FAR 52.212-1) with pointof contact information, DUNS, Cage Code, and business size/type. (2) Statement addressing how minimum requirements are to be met, if not intechnical/specifications. (4) Delivery Schedule (5) Past Performance information Submit quote as ATTACHMENT to email to jennifer.escalante@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0142/listing.html)
 
Place of Performance
Address: 1 ADMIN CIRCLE STOP 1114, BLDG 310666, CHINA LAKE, CA
Zip Code: 93555
 
Record
SN02704590-W 20120325/120323235203-f23dd8857efabbcd8079c1ef277aaa2c (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.