Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2003 FBO #0711
SOLICITATION NOTICE

V -- COURIER SERVICES

Notice Date
11/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N680940413301
 
Response Due
11/12/2003
 
Archive Date
11/14/2003
 
Point of Contact
CHARLES E. FLETCHER II 619-532-2658
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is small business set-aside; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Solicitation number / RFQ N680940413301 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 4215, and the business size standard is 500 employees. The agency need CLIN 0001 COURIER SERVICES ON SATURDAYS FOR TRANSPORTATION OF LABORATORY SPECIMENS, TEST AND OTHER MEDICAL SUPPLIES AND MATERIALS FROM NAVAL HOSPITAL CAMP PENDLETON, CALIFORNIA TO MARCH AIR FORCE BASE PHARMACY, CALIFORNIA Qty 52 WEEKS; CLIN 0002 COURIER SERVICES RUSH JOBS FOR TRANSPORTATION OF LABORATORY SPECIMENS, TEST AND OTHER MEDICAL SUPPLIES AND MATERIALS FROM NAVAL HOSPITAL CAMP PENDLETON, CALIFORNIA TO MARCH AIR FORCE BASE PHARMACY, CALIFORNIA Qty 6 EACH; CLIN 0003 COURIER SERVICES REGULAR PICK UP FOR TRANSPORTATION OF LABORATORY SPECIMENS, TEST AND OTHER MEDICAL SUPPLIES AND MATERIALS FROM NAVAL HOSPITAL C AMP PENDLETON, CALIFORNIA TO MARCH AIR FORCE BASE PHARMACY, CALIFORNIA Qty 80 each. All items are to be delivered to: MARCH AIR RESERVE BASE PHARMACY, CALIFORNIA. The Statement of Work is as follows: The vendor will provide transportation services in their own vehicles as needed by the Transportation Division and Main Pharmacy, Naval Hospital, Camp Pendleton, California. Transportation will be for, but not limited to, pharmaceuticals, medical supplies, and/or administrative items. Pick up at Camp Pendleton Naval Hospital Pharmacy and deliver to March Air Reserve Base Pharmacy. On occasion March Air Reserve Base Pharmacy will have a return package to deliver to Camp Pendleton Naval Hospital Pharmacy. Approximate mileage from the two pharmacies is 55 miles. The contract will cover approximately 52 Saturday trips, 80 regular trips and 6 rush trips per year. Vendor will b e required to respond to a transportation request within 3 hours of the request by telephone. Any variance to this requirement will be made directly with the Transportation Department at Naval Hospital, Camp Pendleton California. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clause: Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable claus es for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The governm ent intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arne t.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 12 November 2003, and will b e accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil).
 
Record
SN00466446-W 20031108/031106212619 (fbodaily.com)
 
Source
FedBizOpps.gov 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.