Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
MODIFICATION

35 -- NSSA LOCKERS

Notice Date
7/14/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, NORFOLK, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N5005414RCHB15
 
Response Due
7/16/2014
 
Archive Date
1/12/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is N5005414RCHB15 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 332322 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-16 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Norfolk, VA 23511 The FLC - Norfolk requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: USS ARLEIGH BURKE (DDG-51) SEE STATEMENT OF WORK - ATTACHMENT A *Interested Bidders must be approved to produce locker material including SHOCK items by Norfolk Ship Support Activity (NSSA). Each will be checked by the customer; if your company does not possess the authorization to produce these items, please do not submit a bid for this solicitation. The requested supplies must be shipboard approved as mandated within the Statement of Work (SOW)., 1, Group; LI 002: USS VELLA GULF (CG-72) SEE STATEMENT OF WORK - ATTACHMENT B *Interested Bidders must be approved to produce locker material including SHOCK items by Norfolk Ship Support Activity (NSSA). Each will be checked by the customer; if your company does not possess the authorization to produce these items, please do not submit a bid for this solicitation. The requested supplies must be shipboard approved as mandated within the Statement of Work (SOW)., 1, Group; LI 003: USS ROSS (DDG-71) SEE STATEMENT OF WORK - ATTACHMENT C *Interested Bidders must be approved to produce locker material including SHOCK items by Norfolk Ship Support Activity (NSSA). Each will be checked by the customer; if your company does not possess the authorization to produce these items, please do not submit a bid for this solicitation. The requested supplies must be shipboard approved as mandated within the Statement of Work (SOW)., 1, Group; LI 004: USS GUNSTON HALL (LSD-44) SEE STATEMENT OF WORK - ATTACHMENT D *Interested Bidders must be approved to produce locker material including SHOCK items by Norfolk Ship Support Activity (NSSA). Each will be checked by the customer; if your company does not possess the authorization to produce these items, please do not submit a bid for this solicitation. The requested supplies must be shipboard approved as mandated within the Statement of Work (SOW)., 1, Group; LI 005: USS PHILIPPINE SEA (CG-58) SEE STATEMENT OF WORK - ATTACHMENT E *Interested Bidders must be approved to produce locker material including SHOCK items by Norfolk Ship Support Activity (NSSA). Each will be checked by the customer; if your company does not possess the authorization to produce these items, please do not submit a bid for this solicitation. The requested supplies must be shipboard approved as mandated within the Statement of Work (SOW)., 1, Group; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-75 and DFARS Change Notice 20140624. 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 is 332322 and the Small Business Standard is 500 employees. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.247-29, F.o.b. Origin applies 52.204-7 System for Award Management 52.204-13 SAM Maintenance (July 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Gov't (Sept 2006) 52.204-10 Reporting Subcontract Awards. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8 Utilization of Small Business Concerns (July 2013) 52.219-14 Limitations on Subcontracting (Nov 2011) 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 w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Transfer-CCR (OCT 2003) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.233-2 Service of Protest 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sept 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A CCR Alternate A 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.209-7001 Disclosure of Ownership... Terrorist Country (Jan 2009) 252.209-7004 Subcontracting w/Firms... Terrorist Country 252.211-7003 Item Identification & Valuation (AUG 2008) 252.223-7008 Prohibit of Hexavalent Chromium (MAY 2011) 252.225-7001 Buy American Act & Balance of Payments (Oct 2011) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7012 Preference for Certain Commodities (Feb 2013) 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (June 2005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subtracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (MAY 2002 Alt III (iv)(MAY 2002) NGLS TRANSSHIP NAVSUP GLS Transportation Shipment Request Procedures Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.209-7999 Representation Regarding Confliction of a Felony Criminal Violation Under any Federal or State Law (MAR 2012) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N5005414RCHB15/listing.html)
 
Place of Performance
Address: Norfolk, VA 23511
Zip Code: 23511-3392
 
Record
SN03424398-W 20140716/140715000159-00e723244e78534946e46251e6935c3a (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.