SOLICITATION NOTICE
59 -- Fleet Industrial Supply Center (FISC), Jacksonville, intends to procure BACKSHELLS, P/N 10-640000-005, 90 DEG, QTY 1,203 EA and LANYARD PLUGS, P/N 10-640101-100, QTY 1,203 EA for the FRCSE.
- Notice Date
- 5/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334417
— Electronic Connector Manufacturing
- Contracting Office
- N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883610T0199
- Response Due
- 6/4/2010
- Archive Date
- 6/19/2010
- Point of Contact
- Cynthia Vorachack 904-542-6450 Jennifer Reeder
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number N68836-10-T-0199 applies and is a Request for Quotation. The North American Industry Classification System (NAICS) Code is 334417. This acquisition will be accomplished under the authority of the test program for commercial items "Section 4202 of the Clinger-Cohen Act of 1996", as implemented by FAR 13.5. Fleet Industrial Supply Center (FISC), Jacksonville, intends to procure BACKSHELLS, P/N 10-640000-005, 90 DEG, QTY 1,203 EA and LANYARD PLUGS, P/N 10-640101-100, QTY 1,203 EA for the Fleet Readiness Center SE Jacksonville, FL. The Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract for items from an approved source under the authority of 10 U.S.C. 2304 (c) (1). The approved source is Amphenol (77820). The acquisition will be competed utilizing Amphenol parts from approved and/or authorized vendors. The authority for open market items which permits other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(c), Application for brand name descriptions. An acquisition that uses a brand name description or other purchase description to specify a particular brand name, product or feature of a product, peculiar to one particular manufacturer. No drawings will be provided. DELIVERY: The contractor must be able to do incremental deliveries of 20 ea in 30 days and 100 ea every month thereafter until completion of the order. Shipping address: Fleet Readiness Center Southeast, Receiving OfficerBldg 110 Door 16Naval Air Station JacksonvilleJacksonville, Florida 32212-0016 The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the lowest priced technically acceptable offer. 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 brand, delivery, and price. 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. Quotations must be received no later than 2:00pm EST 04 June 2010. Quotations must be in writing and may be emailed to oulay.vorachack@navy.mil. No phone or fax request for copy of solicitation will be accepted. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Registration is free and can be completed on-line at http://www.ccr.gov. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1) company mailing and remittance addresses, 2) cage code, 3) Dun & Bradstreet number, 4) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Point of Contacts: Cynthia Vorachack, Contract Specialist, FISC Jacksonville, 110 Yorktown Ave. Building 110 3rd floor, Jacksonville, FL. 32212-0097. Telephone number: 904-542-6450, Fax number: 904-542-1098. Via e-mail: oulay.vorachack@navy.mil or Jennifer Reeder, Contracting Officer, FISC Jacksonville, 110 Yorktown Ave. Building 110 3rd floor, Jacksonville, FL. 32212-0097. Telephone number: 904-542-1063, Via e-mail: jennifer.reeder@navy.mil. Clin:QtyUnit of IssueUnit PriceTotal Price00011,203 each$$00021,203 each$$ The following FAR and DFAR provisions and clauses apply: CLAUSES INCORPORATED BY REFERENCE 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3Offeror Representations and Certifications-Commercial ItemsJUN 200652.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.215-5 Facsimile Proposals OCT 1997 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.246-15 CERTIFICATE OF CONFORMANCE(APR 1984) 52.247-34 F.O.B. Destination NOV 1991 252.204-7001 Commercial And Government Entity (CAGE) Code Reporting AUG 1999 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7000Offeror Representations and Certifications-Commercial ItemsJUN 2005252.232-7010 Levies on Contract Payments DEC 2006 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT(MAR 2008)52.211-6 Brand Name or Equal AUG 1999 CLAUSES INCORPORATED BY FULL TEXT:52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Brand, (2) Delivery (3) Price (Refer to FAR 15.304) (End of clause)52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -COMMERCIAL ITEMS (NOV 2006); the clauses apply; within FAR 52.212-5:52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.219-8, Utilization of Small Business Concerns (MAY 2004)52.219-9, Small Business Subcontracting Plan (SEP 2006)52.222-3, Convict Labor (JUNE 2003)52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (APR 2002)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.222-50, Combating Trafficking in Persons (AUG 2007)52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008).52.225-1, Buy American Act--Supplies (JUNE 2003)52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007)52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.222-41, Service Contract Act of 1965 (NOV 2007)52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)52.222-43, Fair Labor Standards Act and Service Contract Act (NOV 2006)52.222-44, Fair Labor Standards Act and Service Contract (FEB 2002) 52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 52.252-2CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):FAR Clauses http://acquisition.gov/comp/far/index.htmlDFAR Clauses http://www.acq.osd.mil/dpap/dars/dfars/index.htm 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2008); clauses apply within 252.212-7001 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) (10 U.S.C. 2533a). 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports(MAR 2008) (10 U.S.C. 2227). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293).(2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports 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. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF:Invoice Type:Contract No:Issuing Office:Admin Office:Inspector DODAAC:Ship To DODAAC:Acceptor DODAAC:LPO DODAAC:Pay DODAAC:The contractor shall submit invoices for payment per contract terms.The Government shall process invoices for payment per contract terms. c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:NameEmailPhoneRole SUP 5252.243-9400 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992)(a)Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract.(b)The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.(c)The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Name: Jennifer Reeder Address: 110 Yorktown Ave; 3rd Floor 243.JR Naval Air Station Jacksonville Fl 32212 Telephone: (904) 542-1063 NBZ002 STANDARD COMMERCIAL WARRANTY The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government Acceptance of the standard commercial warranty does not waive the Government's rights 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 standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ / months. (Offeror is to insert number). NBZ038 PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper,computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition,loose fill polystyrene and plastic are prohibited as packing materials for items with a MARKFOR indicating a ship as the final destination. An itemized packing slip shall be included witheach shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 of DD1155 or SF1449) INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. NBZ043 FREEDOM OF INFORMATION ACT (FOIA)UNIT PRICESContractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883610T0199/listing.html)
- Place of Performance
- Address: Fleet Readiness Center South East (FRCSE), Jacksonville, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN02157634-W 20100523/100522000116-efa1d9c8c823d199b2dc720685817b3b (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 |