SOLICITATION NOTICE
20 -- Ship Flooring (raised) - SPECS
- Notice Date
- 1/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-10-T-0055
- Archive Date
- 2/5/2010
- Point of Contact
- CECELIA L BRIGHAM, Phone: 3017579733, Colleen G Coombs, Phone: (301) 757-9718
- E-Mail Address
-
CECELIA.L.BRIGHAM@NAVY.MIL, colleen.coombs@navy.mil
(CECELIA.L.BRIGHAM@NAVY.MIL, colleen.coombs@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Specification of Ship Flooring (raised). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified. This combined synopsis/solicitation is set aside 100% for small business concerns. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference document is N00421-10-T-0055. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 and Defense Acquisition Circular 20001011. The applicable NAICS code is 336611. The Government intends to purchase 1) Ship Flooring (raised). The required line items are as follows: Item 0001- one (1) Ship Flooring (raised). The item should be shipped FOB Destination NAVAIR/Pacific Tracker, 5555 N Channel Ave., Portland, OR 97217. The required delivery date is within three weeks after receipt of order. Inspection and Acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government’s right under the Inspection clause, nor does it limit the Government’s rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2005) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision in FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (MAR 2005) with this offer. The offeror shall provide back-up information; supporting information that verifies the price quoted. This could consist of a copy of the current catalog or price list, invoices from previous sales of the identical items, etc. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (SEP 2005) is incorporated by reference and applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition provision of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996)31 U.S.C 3553); (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (June 2003)(E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (4) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 12246); (5) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); (8) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005)(E.o.s. proclamations, and statues administered by the Office of Foreign Assests Control of the Department of Treasury; (9) 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C 3332); (c) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (c) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.214-26, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for ay shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the dispute clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (d) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C 637(d)(2) and (3), in all subcontracts that offer further subcontracting opportunities. Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JUN 2005) with its quote. DFAR 252.212-7001 CONTRCT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) is incorporated by reference. (a) The contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause, which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (1) 252.247-7023 Transportation of Supplies by Sea (May 2002), Alternate II (May 2002). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (Apr 2003) (10 U.S.C. 2355A); 252.247-7023 Transportation of Supplies by Sea (May 2002) (10 U.S.C 2631); 252.247-7024 Nofification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631). The clause at DFAR 252.204-7004 Alternate A (NOV 2003) applies to this solicitation. The provision of 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. Responsible interested parties may submit information in which they identify their interest and capability by 21 January 2010; 2:30 p.m. Eastern Standard Time. The Government will not pay for any information received. OFFERS SHALL BE SUBMITTED VIA E-MAIL OR FACSIMILE BY 14:30 EST ON 21 JANUARY 2010. Award is anticipated no later than 31 January, 2010. For information contact Cecelia L. Brigham, Code 251716, at (301) 757-9733, Fax (301) 575-9046 or e-mail to cecelia.l.brigham@navy.mil **END**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-T-0055/listing.html)
- Place of Performance
- Address: NAVAIR/Pacific Tracker, 5555 N Channel Ave, Portland, Oregon 97217, United States
- Zip Code: 97217
- Zip Code: 97217
- Record
- SN02042153-W 20100116/100114234200-0af123896b958c02ea7722d47b495563 (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 |