MODIFICATION
85 -- DINNER NAPKINS
- Notice Date
- 9/22/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018909T0576
- Response Due
- 9/25/2009
- Archive Date
- 10/25/2009
- Point of Contact
- Darryl Richardson 757-443-1361 Darryl Richardson, JrFleet and Industrial Supply Center NorfolkNaval Supply Systems Command (NAVSUP)Contract SpecialistAttn: 2101968 Gilbert Street Suite 600Norfolk, VA 23511-3392
- E-Mail Address
-
<!--
- 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 N00189-09-T-0576 amendment 0001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090904. 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 322121 and the Small Business Size Standard is 750 employees. This is a competitive action, 100% small business set-aside. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The required CLIN items are identified in the table below: Item #DescriptionQuantity000115" x 17", 2-Ply, 1/8 Fold, Embossed dinner napkins, color: white; 3,000 per case.1,092 Cases Delivery Schedule Twenty one (21) cases shall be delivered each week and on as needed basis. Delivery period of performance: October 1, 2009 and each week thereafter thru September 30, 2010. Delivery Location is Annapolis, MD 21402. Delivery shall be FOB Destination. 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: 52.204-7, CCR52.212-1, 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; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-6, Notice of Total SB Set-Aside52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers w/ Disabilities52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - CCR52.233-3, Protest After Award52.232-18, Availability of Funds52.252-2, Clauses Incorporated by Reference.52.215-5, Facsimile Proposals: Attn: Darryl L. Richardson - (757) 443-1617, Please call before faxing (757) 443-1361.52.247-34, FOB Destination Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Alt. A CCR Alternate ADFARS 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:252.225-7001, Buy American Act & Balance of Payments252.225-7036, Buy American Act -FTA-Balance of Payments252.232-7003, Electronic Submission of Payment Request252.247-7023 Alt. III Transportation by Sea252.211-7003 Alt. 1 Item Identification & Valuation252.232-7010, Levies on Contract Payments5252.232-9402, Wide Area Workflow (WAWF)5252.NS-049C, Employment of NON-U.S. Citizens (19 DECEMBER 2001) (FISC NORFOLK)a. The Immigration Reform and Control Act of 1986 (IRCA), Public Law 99-603 (8 U.S.C. 1324a) requires employers to verify the eligibility of individuals for employment to preclude the unlawful hiring, or recruiting or referring for a fee, of aliens who are not authorized to work in the United States.b. By signing this proposal, the offeror certifies it has and will comply with IRCA, to include that it has verified the identity and employment eligibility of any individual employed who is or may be employed by the offeror and works under this contract. The offeror certifies further that it will ensure that proposed subcontractors employing four or more individuals are in compliance with IRCA prior to the award of any subcontract for work under this contract.c. Questions regarding compliance under the Act may be directed to U.S. Department of Justice, Immigration and Naturalization Service.(End of clause) AVAILABILITY OF FUNDS NOTICENational Defense Authorization ActThe notice of availability of funds issued pursuant to contract Clause 52.232-18/52.232-19 will be posted on the NAVSUP web page at https://www.navsup.navy.mil/. The contractor is reminded that the Government has no liability to pay for performance that occurs prior to the issuance of this notice. This announcement will close at 3:00 PM EDT on 25 September 2009. Contact Darryl Richardson who can be reached at 757-443-1361 or email darryl.richardson@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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, 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0576/listing.html)
- Record
- SN01965526-W 20090924/090923001925-8a436e64b888ea66568f209f06fda9fa (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 |