Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOLICITATION NOTICE

95 -- Metal Plates

Notice Date
3/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0146
 
Response Due
4/7/2012
 
Archive Date
4/22/2012
 
Point of Contact
Alan M. Gonzales 619-556-5642
 
E-Mail Address
Email The Contract Specialist
(alan.gonzales@navy.mil)
 
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 Procedures, 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/). The RFQ number is N00244-12-T-0146. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-54 December 2, 2011 and DFARS DPN 20111220. 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 NAICS Code 423510 Metal Service Centers and Other Metal Merchant Wholesalers is applicable and business size is 100 employees. This procurement is being performed as a 100% Small Business Set-Aside. Required Items: ITEM#DRAWING#DESCRIPTIONMIL SPECTYPE OF MATERIAL REQDQTY CLIN 0001 - 113DWG 6167326PLATE, 3/16"MIL-C-15726CNA 90 - 10, TEM HARD58 SF CLIN 0002 - 114DWG 6167326PLATE, 3/4"MIL-C-15726CNA 90 - 10, TEM HARD5 SF CLIN 0003 - 115DWG 6167326PLATE, 1/2"MIL-C-15726CNA 90 - 10, TEM HARD14 SF CLIN 0004 - 102DWG 6167327FLOOR PLATE, 3/16 CRESMIL-F-20138PATT A201 SF or more CLIN 0005 - 1DWG 5180302/03Floor Plate 3/16"MIL-S-1222CRES, GR 40026 SF Due to shipping/storage issues, all items must be cut up in pieces not exceeding: 10 LF/SQ. Delivery To: FISC FMS Code 4311 3985 Cummings Road, BLDG 116, Naval Base San Diego, CA 92136 Government Delivery Requirements: The Government requires all material to be delivered by April 20, 2012. However, if above day cannot be met contractors may provide an alternate and realistic delivery schedule. If the April 20, 2012 date cannot be met, a contractor ™s quote may be determined as unacceptable by the contracting activity. All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Post Award Contract Administration will be performed by FLCSD, Code 230. Method of Payment: The US Navy anticipates payment by Government Purchase Card. Any technical questions are to be directed to: Alan M. Gonzales Contract Specialist, US Navy, FLCSD, Code 230, 619-556-5342, alan.gonzales@navy.mil SUBMISSION REQUIREMENTS All quotes shall be submitted to the same email address as labeled above no later than Noon 12:00 p.m. (PST) on 4 April 2012. All quotes shall contain the applicable requested information labeled in this notice. Any quotes that are submitted in another fashion or after the date may be deemed as unacceptable and may not be evaluated for award. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than Noon 12:00 p.m. (PST) on 4 April 2012. Any questions that are not submitted by email and that do not contain the solicitation number or are submitted after the date specified above may not receive a response. Contractor shall furnish any required certifications to perform work when requested. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT (Listed Below). THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the Quoting Contractor(s) to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a contractor(s) quote(s) to not be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. In addition, Quoting Contractors are instructed to complete and submit the attached past performance survey (found on the NECO site) with submitted quotes prior to the closing date of this notice specified herein. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to award a contract resulting from this solicitation to the responsible Quoting Contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (iii) PRICE (b) Only those Quoting Contractors which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating quotes determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is as important as Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a purchase order without discussions with Quoting Contractors. Each initial quote should, therefore contain the Quoting Contractor ™s best terms from both a price and technical standpoint. (c) By submitting a signed quote under this solicitation, Contractor asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate contractors ™ technical capability to perform by verifying that the contractor that supplied a quote has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, contractors will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the quote to be unacceptable and to not be considered for award. (d) Quoting Contractors ™ PAST PERFORMANCE information will be used to make a determination of whether the contractor supplying a quote has a satisfactory record of past performance. Contractors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years with submitted quotes. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation (posted on the NECO site). Information utilized will be obtained from these references as well as any other sources that may have relevant information. A quoting Contractor which lacks relevant past performance history will receive a NEUTRAL rating for this factor. Any Quoting Contractor which has no relevant past performance history, while rated NEUTRAL, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful quote when compared to the other quotes received. The Contracting Officer will evaluate Quoting Contractor ™s PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Quoting Contractor has asserted that it has no relevant directly related or similar past performance experience. Proposal receives demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon the quoting Contractor's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the Quoting Contractor's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the Quoting Contractor's past performance. A written notice of award otherwise furnished to the successful Quoting Contractor within the time for acceptance specified in the quote, shall result in a purchase order without further action by either party. Before the quote's specified expiration time, the Government may place a purchase order, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3 ALT I Note: Contractors are reminded to include a completed copy of 52.212-3 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 with the following clauses applicable to paragraph (b): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 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-Cooperation with Authorities and Remedies;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; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases;52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.247-34, F.O.B. Destination All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, to include: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, and 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 200.2. 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing of Contract Modifications NAVSUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 The Contracting Office point of contact for this requirement is Alan M. Gonzales, who can be reached at 619-556-5342 or email alan.gonzales@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. If faxing please fax to 619-556-9781, contractor shall confirm receipt of fax via phone or email. Contractors 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/. Contractors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0146/listing.html)
 
Place of Performance
Address: 3985 Cummings Road, BLDG 116, Naval Base
Zip Code: , San Diego, CA
 
Record
SN02708067-W 20120330/120328235704-3ba64c3f4076511d40d62187a12ec589 (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.