Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

W -- Lease with Option to Purchase of Oil and Fuel Filtration/Purification Systems at Diego Garcia Island.

Notice Date
7/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415T0175
 
Response Due
7/31/2015
 
Archive Date
8/15/2015
 
Point of Contact
Gloria Quintero 562-626-7074
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number N00244-15-T-0175 is issued as a request for quotation (RFQ). The closing date is 31 Jul 2015 1:00pm Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150602. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/ and www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 333249; Size: 500 employees. This acquisition is issued as unrestricted. Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, OIL AND FUEL FILTRATION SYSTEM. Contractor shall provide tech support to operate oil and fuel filtration system in accordance with the Statement of Work for a period of 10 days. QTY:_____, Unit of Issue: _____, Price: $_____ CLIN 0002, LEASE OIL AND FUEL FILTRATION SYSTEM. Contractor shall provide Lease Equipment for Oil and Fuel Purification at Naval Surface Warfare at Diego Garcia for the period of four months. QTY:_____, Unit of Issue: _____, Price: $_____ CLIN 0003, OPTION TO BUY OIL AND FUEL FILTRATION SYSTEM. Option to Purchase Oil and Fuel Filtration System in accordance with the SOW QTY:_____, Unit of Issue: _____, Price: $_____ PERIOD OF PERFORMANCE: Delivery of equipment is due 10 days after contract award. Deliver to Pt. Hueneme CA for shipment. Equipment is due at location in Diego Garcia 57 days after contract award. See shipping instructions SOW section 1.2. PLACE OF PERFORMANCE: Diego Garcia Island, British Indian Ocean Territory (BIOT). The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 [Applicable clauses: 52.204-10; 52.209-10; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-41; 52.222-42; 52.222-50; 52.223-18; 52.225-13; 52.232-33]. 52.232-18 Availability of Funds 52.232-36 Payment by Third Party 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.239-1 Privacy or Security Safeguards (AUG1996) 52.245-1 Government Property 52.245-9 Use and Charges 52.247-34 F.o.b. “ Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.211-7007 Reporting of Government-Furnished Property FAR 52.212-2, Evaluation - Commercial Items (OCT 2014). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i)TECHNICAL CAPABILITY (ii)Past Performance (iii)PRICE This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in which offerors technical will be evaluated approximately equal to price. Technical tradeoffs will not be made, and no additional credit will be given for exceeding acceptability. Award will be made to the technically acceptable offeror with the lowest evaluated cost or price, who is deemed responsible in accordance with the Federal Acquisition Regulation and whose proposal conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by 52.212-1 Instructions to Offerors. This solicitation will be judged based on the evaluation factors to represent the lowest technically acceptable proposal. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the Offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Gloria.quintero on or before 1:00pm Pacific Standard Time on 31 July 2015. Email: Gloria.quintero@navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024415T0175/listing.html)
 
Place of Performance
Address: US Navy Support Facility, Public Works, PSC 466, Box 5, FPO AP 96595. Diego Garcia Island, British Indian Ocean Territory., FPO, AP
Zip Code: 96595
 
Record
SN03784142-W 20150704/150702234402-095882724dc39a8415a1fd41b4fc25d5 (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.