Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

W -- Rental of one (1) High Pressure Air Compressor and one (1) Low Pressure Air Compressor for the USS ASHEVILLE (SSN-758).

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523612Q0030
 
Response Due
4/18/2012
 
Archive Date
5/3/2012
 
Point of Contact
Naquan Bostick (619)556-4855 Deborah Redondo
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N55236-12-Q-0030 is issued as Total Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code is 532490 ˜Other Commercial Machinery and Equipment Industrial Rental and Leasing. ™ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57 (Effective on 16 March 2012). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) order; Contract Line Item No. (CLIN) 0001 is for the rental of one (1) high pressure air compressor and one (1) low pressure air compressor for the period of performance 05/09/2012 “ 05/20/2012 for the USS ASHEVILLE (SSN-758). Refer to Attachment (1) for the entire statement of work. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached statement of work. Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter 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) Technical capability of the item quoted to meet the Government requirement (ii) Customer responsiveness (iii) Price Technical capability and customer responsiveness will both be evaluated on a pass/fail basis. A quote that is considered technically unacceptable or a quoter that is determined to have inadequate customer responsiveness shall be ineligible for award. Customer responsiveness will be assessed based on past dealings between the quoter and the customer - Naval Submarine Base Point Loma. If the quoter has never dealt with this customer before, they will be considered to have adequate customer responsiveness for award purposes. Alternate customers apart from Naval Submarine Base Point Loma will not be surveyed to make a customer responsiveness determination. The lowest priced quote that is determined to be technically acceptable and submitted by a company with acceptable customer responsiveness shall be selected for award. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote ™s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who ™ve completed ORCA should notify the contract specialist before solicitation ™s closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (Feb 2012) 52.212-1 Instructions to Offerors Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Apr 2012) 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2012). 52.242-17 Government Delay of Work (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2012) 252.225-7000 Buy American Act “ Balance of Payments Program Certificate (Dec 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.225-7001 Buy American Act and Balance of Payments Program (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) The following RMC clause applies to this acquisition and is incorporated by full text: RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractors facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officers. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Naquan Bostick (primary), email: naquan.bostick@navy.mil and Deborah Redondo (alternate), deborah.redondo@navy.mil, no later than 17 April 2012 at 1100 PDT to allow adequate time to prepare a response. All quotes, together with the quoters signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Naquan Bostick (primary), Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025, or e-mailed to: Naquan Bostick, email: naquan.bostick@navy.mil and Deborah Redondo, deborah.redondo@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 18 April 2012 at 1100 PDT. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. N55236-12-Q-0030. Quotes shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full statement of work. Potential quoters must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. SWRMC POC: Naquan Bostick, naquan.bostick@navy.mil, phone 619-556-4855 and Deborah Redondo, deborah.redondo@navy.mil, phone: 619-556-5989.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523612Q0030/listing.html)
 
Place of Performance
Address: Naval Submarine Base Point Loma
Zip Code: 140 Sylvester Rd., Point Loma, CA
 
Record
SN02719326-W 20120413/120411235027-e4b1361bba635040b1eff325d6629d3e (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.