Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

43 -- Portable Air Compressors

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-13-R-0065
 
Archive Date
5/3/2013
 
Point of Contact
Sarah McCarty, Phone: 732-323-4479
 
E-Mail Address
sarah.mccarty@navy.mil
(sarah.mccarty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to revise the acquisition strategy and extend the combined synopsis/solicitation closing date. The original combined synopsis/solicitation is hereby superseded by the following: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented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. (ii) The solicitation number N68335-13-R-0065 is being issued as a Request for Proposal as a limited competition between the Original Equipment Manufacturer (OEM) SULLAIR and its authorized distributors for the procurement of Portable Air Compressor, P/N 185DUQMILN, including manufacturer's commercial warranty. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 05-66. (iv) This solicitation is being issued on a limited competition basis as stated in paragraph (ii) above. (v) The Contract Line Item Numbers (CLINs) are all firm-fixed-price (FFP) and are listed as follows: CLIN 0001: Portable Air Compressor, P/N 185DUQMILN, QUANTITY 12 EACH. Includes the following modifications to SULLAIR Part Number 185DUQ: 1 each of an air filter maintenance indicator, spark arrestor, illuminated instrument panel, fuel level gauge, low fuel shutdown, tachometer, and a Tier II engine. CLIN 0002 One set of Shop Manuals and Parts Manuals, 1 Each (vi) Only new OEM items may be offered. Reconditioned or used items will not be accepted. (vii) Inspection and Acceptance is at Destination. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB Destination to Star, NC (Full address to be provided at time of award). Delivery shall be TWELVE (12) weeks after receipt of order for the first two (2) Portable Air Compressors ordered on contract (CLIN 0001). The Manuals (CLIN 0002) will be delivered with the first compressors delivered under CLIN 0001. Delivery will be 90 days after receipt of order for the remaining units ordered under CLIN 0001. Accelerated deliveries are acceptable at no additional cost to the Government. (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52.212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a): Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. For evaluation purposes, the lowest price will be determined by the sum of all priced CLINs. EXAMPLE EVALUATION: CLIN QUANTITY UNIT PRICE EVALUATED PRICE 0001 20 EA $12.00 $240.00 0002 20 EA $10.00 $200.00 $440.00 (TOTAL EVALUATED PRICE) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items Alternate I and at DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. The following provisions also apply, and completed copies must be provided with the offer: DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.225-7020, Trade Agreements Certificate. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm-fixed-price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following clauses apply: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-29, Terms for Financing of Purchases of Commercial Items; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In addition to the above, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment. The following clauses also apply: DFARS 252.211-7003, Item Valuation and Identification is incorporated by full text. Addendum to DFARS 252.211-7003 Para (c)(1)(ii): N/A DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions is incorporated by full text. Fill-ins to be completed at award. DFARS 252.232-7010 Levies on Contract Payments is incorporated by reference. (xiii) Additional requirements: Offerors shall address the following requirement in their proposal: The Contractor shall extend to the Government full coverage of the standard manufacturer's commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of the resulting contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon acceptance by the Government of the delivered product. (xiv) Offers are due not later than 4 :00 PM EASTERN, Thursday, 18 April 2013, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Sarah McCarty, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. ELECTRONIC AND FACSIMILE OFFERS WILL NOT BE ACCEPTED. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Sarah McCarty, 732-323-4479, e-mail: sarah.mccarty@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0065/listing.html)
 
Record
SN03034235-W 20130413/130411234903-bdc2010ead67b802c3a2981c7f3b6876 (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.