SOLICITATION NOTICE
81 -- ISO container armory Tricon steel, 8 Long X 8 High X 6 Wide with USN Ownership ISO Numbers.
- Notice Date
- 8/9/2008
- Notice Type
- Presolicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA Port Hueneme site.
- ZIP Code
- 00000
- Solicitation Number
- N0024408T0615
- Response Due
- 8/27/2008
- Archive Date
- 8/29/2008
- Point of Contact
- Jessica M. Montes (805)982-2831
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-08-T-0615. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080722. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 332439 and the Small Business Standard is 500. This is a competitive, unrestricted action. A firm fixed price contract is anticipated. The Fleet and Industrial Supply Center, San Diego (FISCSD), Regional Contracts Department, Seal Beach Division, Port Hueneme Site, in support of the Naval Facilities Expeditionary Logistics Center, Port Hueneme, CA 93043 requests responses from qualified sources capable of providing 53 ISO container armory Tricon steel, 8 Long X 8 High X 6 Wide with USN Ownership ISO Numbers. NSN: 8145-01-287-8563. Container in accordance with purchase description and NAVFAC Drawing 6304169. The TRICON container shall be new and unused, waterproof, noncollapsible, of a permanent character and suitable for repeated use. The container shall be 8 foot by 8 foot (2,438 mm by 2,438 mm) by 6 (1,968 mm) International Standards Organization (ISO) compatible Armory TRICON empty shell container with tie-downs, universal shelving brackets, and shoring slots, used for storage, transportation and distribution of dry cargo. (refer to attached Specifications) Also required is 1 set of manuals per unit. Freight to Imperial Beach, CA 91932-5000, Gulfport, MS 39501-5001, and Port Hueneme, CA 93043-4301. Delivery is required by 30 DEC 2008 or sooner; Delivery Location(s) are 11 kits to Imperial Beach, CA 91932, 21 kits to Gulfport, MS 39501-5001, and 21 kits to Port Hueneme, CA 93043-4301. 1 set of manuals per unit. FOB: Destination applies. (Full delivery addresses will be provided at time of award). Responsibility and Inspection: the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.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.52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Certain foreign Purchases 52.232-8, Discounts for Prompt Payment52.233-1, Disputes52.247-29 F.O.B Destination52.252-2 Clauses Incorporated by Reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.225-7001, Buy American ActDFARS 252.204-7004 Alternate A, Central Contractor RegistrationDFARS 252.225-7036, Buy American ActFree Trade AgreementsDFARS 252-232-7003, Electronic Submission of Payment Requests and Receiving ReportsDFARS 252-247-7024, Notification of Transportation of Supplies by Sea Offerors are advised that the contract award as a result of this solicitation may require First Article Testing. Offers are advised that the First Article Testing may be waived when supplies identical or similar to those called for have been previously delivered by an offeror and accepted by the Government. Offerors will be evaluated for technical acceptability as well as low price. Instructions for Shipping (DD250s), Invoicing, etc., will be supplied at time of award. Sales Tax Exemption: The Contractor is hereby advised: The United States Government and Agencies are Exempt from State and Local Government Tax by virtue of Article 6 of the United Constitution. No Exemption Certification is required. Warranty. The Contracting Officers Standard Warranty IS required. The warranty period shall be not less than 12 months for FOB destination shipments and 15 months for FOB origin shipments, to begin upon the date of acceptance as shown on the DD Form 250 or proof of shipping. Offers will need to provide a statement with their offer that this item is of domestic origin in compliance with Title 10 of the United States Code, the Berry Amendment, DFARS 225.7002-1(a) which applies to both end items and components. The prime contractor is responsible for verifying the source of all materials and components from sub-contractors and through all the tiers of suppliers. Offers must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters shall complete an electronic On-Line Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.gov. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes should be e-mailed to the Contracting Officer: Jessica.montes@navy.mil. Facsimile quotes are not allowed. Quotes submitted via NECO Website will be ignored. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 3:00 p.m. (PST) on 27 AUG 2008. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of price and technical acceptability. Please provide current pricing, delivery time, payment terms, cage code, tax identification number, Dunn and Bradstreet identification numbers. Also required is submission of commercially published price lists pertaining to your companys products that meets the Government requirements.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51ee956b299e7b4ed4973af04034061b&tab=core&_cview=1)
- Record
- SN01636027-W 20080811/080810205737-0391a6e4caa3a00b390640018bf31f34 (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 |