Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

42 -- OIL SPILL RESPONSE EQUIPMENT

Notice Date
7/17/2014
 
Notice Type
Presolicitation
 
Contracting Office
800 Seal Beach Blvd, Seal Beach, CA 90740
 
ZIP Code
90740
 
Solicitation Number
N00244-14-T-0112
 
Response Due
7/24/2014
 
Archive Date
1/20/2015
 
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
Quotes are being solicited under solicitation number N00244-14-T-0112. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 541064. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-24 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be GROTON, CT 06349 The FLC - San Diego requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: PERMANENT TYPE OIL CONTAINMENT BOOM MANUFACTURED IN ACCORDANCE WITH PROGRAM SPECIFICATION BOOM-1 R5. VARIABLES AND/OR DEVIATIONS INCLUDE: 24 INCH OAH, 100 OZ. URETHANE COATED POLYESTER FABRIC, 100 FOOT SECTIONS, ASTM SLIDE CONNECTORS. SPECIFY THE MAKE AND MODEL OF THE PROPOSED BOOM FABRIC. *DO NOT QUOTE FREIGHT. SHIPPING WILL BE COORDINATED BY THE DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)., 1000, FT; LI 002: SST TOGGLE PINS WITH LANYARD FOR ASTM SLIDE CONNECTORS *DO NOT QUOTE FREIGHT. SHIPPING WILL BE COORDINATED BY THE DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)., 300, EA; LI 003: REPLACEMENT CONNECTOR ASSEMBLY FOR PERMANENT BOOM, ASTM SLIDE, 24 INCH OAH, WITH ALL HARDWARE. *DO NOT QUOTE FREIGHT. SHIPPING WILL BE COORDINATED BY THE DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)., 10, PR; LI 004: BOOM MOORING SYSTEMS, 40# ANCHOR, FOR 35 FOOT WATER DEPTH, MANUFACTURED IN ACCORDANCE WITH PROGRAM REQUIREMENT BMS-1 R8 *DO NOT QUOTE FREIGHT. SHIPPING WILL BE COORDINATED BY THE DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)., 8, EA; 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 - San Diego 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items 252.211-7003 Item Identification & Valuation (AUG 2008) 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I 5252.232-9402 Wide Area Workflow (WAWF) Reporting Executive Compensation and First-Tier Subcontract Awards. Instructions to Offerors -- Commercial Items. Evaluation -- Commercial Items. LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) Offeror Representations and Certifications -- Commercial Items. Contract Terms and Conditions -- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Notice of Total Small Business Set-Aside. Convict Labor. Child Labor?Cooperation with Authorities and Remedies. Equal Opportunity. Equal Opportunity for Veterans. Affirmative Action for Workers With Disabilities. Encouraging Contractor Policies to Ban Text Messaging While Driving. Restrictions on Certain Foreign Purchases. Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran?Representation and Certifications. Disputes. Protest After Award. Applicable Law for Breach of Contract Claim. Protection of Government Buildings, Equipment, and Vegetation. F.o.b. ? Origin. Clauses Incorporated by Reference. http://farsite.hill.af.mil/ https://www.acquisition.gov/far http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Requirements Relating to Compensation of Former DoD Officials. Control of Government Personnel Work Product. Alternate A, System for Award Management. Representation Regarding Conviction of a Felony Criminal Prohibition of Hexavalent Chromium. Buy American Statute--Balance of Payments Program Certificate. Buy American and Balance of Payments Program. Levies on Contract Payments. Transportation of Supplies by Sea. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. Paper copies of this solicitation will not be made available. This solicitation document and incorporates provision and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed per the Clause 52.252-2 as included above. The NAICS code is 339999 and the Small Business Standard is 500 EMPLOYEES FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items/FAR 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items. 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 System for Award Management (www.sam.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-14-T-0112/listing.html)
 
Place of Performance
Address: GROTON, CT 06349
Zip Code: 06349-5000
 
Record
SN03428404-W 20140719/140717235128-d4ca412564eb4cafeebde91630ce6bd6 (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.