Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2009 FBO #2757
SOLICITATION NOTICE

J -- Maintenance and Repair of Two (2) Submarine Separators at NAVBASE Point Loma

Notice Date
6/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409R0048
 
Response Due
6/18/2009
 
Archive Date
6/30/2009
 
Point of Contact
Melissa Franz 6195322572
 
Small Business Set-Aside
Total Small Business
 
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 N00244-09-Q-0048. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090115. 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 336611 and the Small Business Standard is 1,000. The proposed contract is 100% set aside for small business concerns. The Fleet and Industrial Supply Center, San Diego requests responses from qualified sources capable of providing: the maintenance and repair of two (2) submarine separators to include the removal from water, cleaning, repair/replacement of rubber and ZHC-23 Zincs. Period of performance is NTE 90 Days after contract award; Delivery Location is NAVEBASE Pt Loma. Responsibility and Inspection: unless otherwise specified in the order, 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6 Notice of Total Small Business Aside 52.222-3 Convict Labor52.222-26 Equal Opportunity 52.222-41 Service Contract Act of 1965, as Amended52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration52.233-3 Protest After AwardQuoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. FAR 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 price and past performance. The relative importance of the factors is as follows: past performance is slightly more important than price. PAST PERFORMANCE: Included in attachement to this combined synopsis/solicitation is the Past Peformance Data Sheet which must be completed and submitted with proposal/bid. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. PRICE: The quoter shall submit all pricing information utilized to estimate price to include labor category, labor rates and all materials. Prices should be submitted in accordance with CLIN 0001 as incorporated in the attachment to this announcement. 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 252.232-7003 Electronic Submission of Payment RequestsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 525.243-7001 Pricing of Contract Modifications The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.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 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. This announcement will close at _4:00PM PT on _18 June 2009_. Contact _Melissa Franz, Contract Specialist_ who can be reached at email _melissa.franz@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. *See attachment for the comprehensive list of clauses, Statement of Work, Required Representations and Certifications (requires completion), Wage Determination, Past Performance Data Sheet (requires completion), Contract Administration Plan (CAP Plan), Quality Assurance Surveillance Plan (QASP), and Wide Area Work Flow (WAWF) Payment instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409R0048/listing.html)
 
Place of Performance
Address: NAVBASE Point Loma, Port Ops140 Sylvester Road Bldg 557, San Diego , CA<br />
Zip Code: 92106<br />
 
Record
SN01843945-W 20090614/090613000118-d522a7035f219d9c88d5108185f85cca (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.