Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2007 FBO #1888
SOLICITATION NOTICE

84 -- EOD Protective Equipment

Notice Date
1/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-R-0016
 
Response Due
2/2/2007
 
Archive Date
12/31/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Fleet and Industrial Supply Center Jacksonville Florida intends to negotiate with only the Canadian Commercial Corporation on behalf of Med-Eng, Inc. The announcement constitutes the only solicitation. A written solicitation will not be issued. Solicitation number N68836-07-R-0016 applies and is as a Request for Proposal. This is not a request for competitive proposal/quote. This procurement will be processed under FAR 6.302 for EOD 9 Bomb Suits and Helmets. The requirement delivery is eight (8) weeks after award of contract. This announcement constitutes the request for the required material under the North American Industry Classification System (NAICS) Code is 339113; and the Small Business Size Standard is 500 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. DFARS 225.870-1 through 225,870-8 apply to the requirement. Proposal shall be in $US dollars. CLIN 0001: 9EA EOD9 BOMB SUITS MD Olive Drab, P/N 913-5100. CLIN 0002: 9EA EOD9 BOMB HELMETS ASSY Olive Drab, P/N MA005118-01 FAR and DFAR CLAUSES INCORPORATED BY REFERENCE 52.204-6 Data Universal Numbering System (DUNS) Number OCT 2003 52.204-7 Central Contractor Registration JUL 2006 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.247-34 F.O.B. Destination NOV 1991 252.204-7000 Disclosure Of Information DEC 1991 252.204-7006 Billing Instructions OCT 2005 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 1998 252.211-7003 Item Identification and Valuation JUN 2005 252.225-7000 Buy American Act--Balance Of Payments Program Certificate JUN 2005 252.225-7012 Preference For Certain Domestic Commodities JUN 2004 252.225-7013 Duty-Free Entry OCT 2006 Preference For Certain Domestic Commodities Duty-Free Entry JUN 2004 OCT 2006 252.232-7010 Levies on Contract Payments SEP 2005 wholly FAR AND DFAR CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (NOV 2006). Within 52.212-5, the following clauses: 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.222-3 Convict Labor JUN 2003 52.225-1 Buy American Act--Supplies JUN 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.215-5 Facsimile Proposals OCT 1997 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2006). Within 252.212-7001: 52.203-3 Gratuities APR 1984 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program OCT 2006 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) LOCAL CLAUSE NBZ039 Wide Area Work Flow (WAWF) Supply: INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice and Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding \ENTER YOUR SITE NAME HERE\ is provided for completion of the invoice in WAWF: Issuing Office DODAAC: \??????\ Admin DODAAC: \??????\ Acceptor DODAAC: \??????\ LPO DODAAC: \??????\ Pay DODAAC: \??????\ The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. NBZ038 SUPPLY CLAUSES The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 ?Delivery Order Number? of Form DD 1155 or Block 2 ?Contract Number of SF 1449). INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. SINGLE AWARD FOR ALL ITEMS (JAN 1992) (NAVSUP) Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (End of Clause) COMMERCIAL ITEM TEST PROGRAM This acquisition will be accomplished under the authority of the test program for commercial items ?Section 4202 of the Clinger-Cohen Act of 1996?, as implemented by FAR 13.5. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil. Vendor 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 TD number 6) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items and 252.212-7000 Offeror Representations and Certifications?Commercial Items (NOV 95) with their offer. This solicitation will be evaluated on the (1) PRICE. Vendor must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Proposal must be received no later than 2:00 P.M EST, 2 February 2007). Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet and Industrial Supply Center Jacksonville, attn: Tisa Clark, 110 Yorktown Ave, bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 541098, Telephone: (904)542-1248, Email: tisa.clark@navy.mil.
 
Place of Performance
Address: 2400 St. Laurent Blvd., Ottawa, Ontario, Canada
Zip Code: K1G 6C4
Country: CANADA
 
Record
SN01219411-W 20070127/070125221138 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.