SOLICITATION NOTICE
46 -- Feed-Water Processing Unit Rental
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- Reference-Number-V0336762747904
- Response Due
- 8/17/2006
- Archive Date
- 10/30/2006
- Description
- 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. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Reference number V0336762747904 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 334513 and the business size standard in number of employees is 500. This is for Feed-water processing unit rental for the USS John F. Kennedy, home ported at Mayport Fl. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.237-3 Continuity of Services (JAN 1991), 52.239-1 Privacy or Security Safeguards (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (MAY 2001) 52.245-1 Property Records (APR 1984), 52.245-2 Government Property (Fixed-Price Contracts), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (SEP 1996), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252.204-7004 Central Contractor Registration (NOV 2003), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.225-7002 Qualifying Country Sources As Subcontractors, DFAR 252.225-7020 Trade Agreement Certificate (JAN 2005), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.215-6 Place of Performance (OCT 1997), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.216-18 Ordering (OCT 1995), 52.216-19 Order Limitations (OCT 1995) 52.216-21 Requirements (OCT 1995) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d) (2) and (3)). __ (8) (I) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d) (4). __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). X_ (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225-7021 Trade Agreement (JUNE 2005) (19USC. 2501-2518 and 19USC 3301 note ) , 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAR 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). , The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses 52.212-3, Offeror Reps and Certs. Fill in the items required in 52.212-3 and send in with your proposal. Download DFAR Claus 252.247-7022 and send in with your proposal. In Accordance with NAVSUP 5252.216-9402 Oral Orders may be placed not to exceed $2500. In accordance with NAVSUP 5252.216-9403 Written Orders may be placed. Verify registration in Wide Area Workflow at: https://wawf.eb.mil/. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) Completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price for each item, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) CLINS are as follows: 01 Feed-water Processing Unit Rental 1 Oct 06- 30 Sept 07 (3) FAR clauses requiring fill-ins. Award will be made IAW FAR 52.212-2; 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: Price and Past Performance of the item offered to meet the Government requirement. Past Performance is approximately equal to price. Parties responding to this solicitation may submit their offer 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, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award. Quotations must be received no later than 1200 EST on 17 August 2006 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen.Starks@navy.mil.
- Place of Performance
- Address: USS JOHN F. KENNEDY, S-1 CUSTOMER SERVICE, C-PIER NAVAL AIR STATION MAYPORT
- Zip Code: 32228
- Country: UNITED STATES
- Zip Code: 32228
- Record
- SN01112051-W 20060812/060810221920 (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 |