Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

23 -- 26 FEET CARGO TRAILER WITH RAMP PACKAGE & PARTITION WALL

Notice Date
9/5/2008
 
Notice Type
Presolicitation
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908QN169
 
Response Due
9/12/2008
 
Archive Date
10/12/2008
 
Point of Contact
Carolyn F Burns 757-396-8349 Cindi B Newcomb, Supervisor Contract Specialist757-396-8352
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a 26 ft. Cargo Trailer with Ramp Package & Partition Wall as outlined below for commercial items prepared in accordance with the format in subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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. Paper copies of this solicitation will not be available. This combined synopsis/solicitation shall be posted on both FEDBIZZOPPS and NECO. The request for quotation (RFQ) number is N00189-08-T-N169. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS change notice 20080513. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clause! s may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. The NAICS code is 333612 and the Small Business Standard is 500 employees. This is a small business set-aside procurement. FISC Norfolk Naval Shipyard requests responses from qualified sources capable of providing: Line Item 0001REQN N42158-8234-5476 QTY 1 EA 26 ft. Cargo Trailer with Ramp Package and Partition Wall as outlined below. ORDERING DATA: Requires a 26' enclosed trailer with the following features or systems added: Trailer approximately 8' x 26"Insulated walls and ceilingSmooth screw less sidesWhite exteriorInside partition wall with 24" locking door located 90" from front of trailerAluminum wheelsRecessed spare tire compartment located as shown in diagram40" x 32" Insulated generator box with door (box located on front of trailer towing assembly).4 stabilizer jacks mounted on right side of trailerElectric tongue jack14 foot awning mounted on right side of trailer6 (six) -5000 pound D-rings (3 on each side of interior of trailer)Finish interior walls and ceiling with a checker board flooringRoof top HVAC unit with heat stripsElectrical package: in addition to the standard package add the following items: 50 amps breaker box 2 exterior GFI receptacles mounted to exterior as shown in diagram 4 extra interior receptacles as showed in diagram 2 (two) - 500 watts recessed halogen lights mounted to right side as shown in diagram. 2 rear loading lights 4 (four) extra interior 12 volt dome lights as shown in diagram 1 additional fluorescent light fixture 1 (one) -110 Volt power roof vent 24" diamond plate stone guard on sides and rear of trailer Contractor must contact Carolyn F.Burns via email @ carolyn.f.burns@navy.mil for copy of the Drawings. Delivery is FOB Destination, NNSY, Portsmouth, Va 23709-5000. Inspection and acceptance shall be at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT, Offeror Representations and Certifications-Commercial Items; 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 including 52.219-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.225-13, 52.232-33. Offeror shall include a completed copy of 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with its offer. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. All inquiries shall be e-mailed to Carolyn F Burns at carolyn.f.bu! rns@navy.mil. WAWF 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 sitehttps://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. Provision 52.212-2, Evaluation-Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors-a combination of technical acceptability, price and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to in importance to cost or price. This announcement will close at 4:00 PM on September 9, 2008 Eastern Standard Time. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. Oral Communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Offerors must be registered in the Central Contractor Registration (CCR) to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include destination prices, a point of contact, name and phone number, Tax I.D. #, Duns #, Cage Code, GSA contract if applicable, business size, and payment terms. Quotes may be submitted by fax to 757-396-8017 to the attention of Carolyn F Burns or by email to Carolyn.f.burns@navy.milQuotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. REQUIREMENTS FOR ACCESS TO NNSY Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c71e89e3e50b191853ad532134c4bc3&tab=core&_cview=1)
 
Record
SN01661581-W 20080907/080905223109-1b4f96917cbc738bf83ad62d9d252db9 (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.