Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

83 -- Silica Glass Cloth

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
313320 — Fabric Coating Mills
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-04-Q-E052
 
Response Due
9/10/2004
 
Archive Date
9/25/2004
 
Point of Contact
Ronda Rothermel, Contract Specialist, Phone 757-396-8023, Fax 757-396-8368, - Mary Ward, Supervisory Contract Specialist, Phone 757-396-8356, Fax 757-396-8368,
 
E-Mail Address
rothermelrj@nnsy.navy.mil, wardme@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex intends to procure on a sole source basis from Hitco Carbon Composites, Inc., 3200 yards of Refrasil Silica Glass Cloth. Hitco Product code UC100-96BCS/2. Material shall be heavyweight, fire-resistant and abrasion-resistant silica-glass cloth. Base fabric shall meet requirements for Mil-C-24576, Type I, Class 1, and shall have the following properties: minimum 96% silica content; Weight: 31-39 oz/yd; Thickness: 40-62 mils; Color: Natural (Tan); Width: 36 inches +2?/-1?. Cloth shall be coated on both sides with black silicone conforming to ASTM D 2000, M3FC 507 B37. The cloth shall be marked in white letters (minimum height 3/8 inch). The inscription shall read ?REFRASIL-MIL-C-24576 TY 1?, and shall be marked on every yard of the cloth. Cloth shall be neatly wound on a roll. Each roll shall contain 50 yards of cloth. Each roll shall be packaged to provide suitable protection and protection and maintenance of cleanliness for shipping, storage, and handling. Each packaged roll shall be marked with the description, stock number, order number, name of manufacturer and quantity in package. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The applicable quotation number is N00181-04-Q-E052 and the NAICS classification is 313320. The small business size standard is 1000 employees. FOB is destination to Norfolk Naval Shipyard, Attn: Receiving Officer, Bldg. 276 Portsmouth, VA 23709-5000. Inspection and acceptance is at destination. The following provisions/clauses are applicable: FAR 52.212-1, 52.212-2 Evaluation--Commercial Items (price and past performance are equally important in evaluation), 52.212-3, 52.212-4, and 52.212-5 (incorporating (11), (12), (13), (14), (15), and (16). ADDENDA: DFAR 252.212-7000, 252.212-7001 incorporating 252.225-7001, DFAR 252.204-7004. Contractors are required to be registered in the CCR (Central Contractor Registration). Lack of registration in the CCR shall make an offeror INELIGIBLE FOR AWARD. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3 and DFAR 252.212-7000. Past performance will be evaluated using the Navy's RED/YELLOW/GREEN program as follows: (A) This procurement is subject to the Navy's Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet--materials, parts and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor's quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled "ADDITIONAL EVALUATION FACTORS--CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992)" will be used by the Contracting Officer to assist in determining the best purchase value for the Government - price, past quality performance and other factors considered. Parties responding to the Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g.; company letterhead, quote form, etc.) but must include the following: (1) complete mailing/remittance address(es); (2) prompt payment discount (if applicable); (3) delivery schedule; (4) taxpayer (TIN) ID#; and (5) all completed certifications as required herein. All responses must be received by September 10, 2004, 1:00 P.M. local time and shall reference the Request for quote number N00181-04-Q-E052. Questions/responses relative to this quote by be faxed to 757-396-8368 Attn: Ronda Rothermel.
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, VA
Zip Code: 23709
Country: US
 
Record
SN00666529-W 20040909/040907212430 (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.