SOLICITATION NOTICE
K -- Complete removal (disconnecting, crating, and preparing for shipment) of the 3-Axis Positioner from Naval Weapons Station Seal Beach.
- Notice Date
- 7/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024410T0299
- Response Due
- 7/23/2010
- Archive Date
- 8/7/2010
- Point of Contact
- Michael Oliva 562-626-7453 Shannon La Com: 562-626-7104
- E-Mail Address
-
Use this email to contact Contract Specialist
(michael.a.oliva@navy.mil)
- Small Business Set-Aside
- N/A
- 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 N00244-10-T-0299. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100623. 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 238290 and the Small Business Standard is $14M. This is a competitive, unrestricted action. The Government requests responses from qualified sources capable of providing: complete removal (disconnecting, crating, and preparing for shipment, etc.) of the 3-Axis Positioner from Naval Weapons Station Seal Beach. The Positioner is located on top of Bldg. 123 which is a 125 ft. building. The Positioner's approximate weight is 20,000 lbs. and it has an approximate diameter of 6 feet and height of 12 feet. Contractor is to provide all necessary tools and equipment (forklift, crane, hand tools, etc. as necessary). SEE ATTACHED STATEMENT OF WORK AND PICTURES OF EQUIPMENT. Commencement shall begin 30 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.228-5, Insurance- Work on a Government Installation; 52.232-! 33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 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 and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the followingFAR 52.212-2, Evaluation: 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: (i) price and (ii) past performance (see FAR 15.304);(a) For evaluation purposes price is equal in importance to past performance (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(c) Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify your ability to comply with the SOW requirements when submitting your quote. To be determined acceptable the Offeror must furnish information that demonstrates, through its proposal, the ability to meet all requirements as stated in the SOW. Past Performance information is required and each offeror must provide three references for similar type work with a detailed description of work previously performed. Past Performance information should also include the prior customers name, address, point of contact, phone number and email address. This announcement will close at 3:00 PM PST on July 23, 2010. A site visit is scheduled for July 19, 2010 at 10:00 AM PST. Reporting location for the site visit will be building 110. To schedule a site visit you must make an advance reservation by contacting; Shannon La Com 562-626-7104, email Shannon.lacom@navy.mil or Michael Oliva 562-626-7453, email Michael.a.oliva@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. NOTE: Building 123 has NO operational elevator. Procedures in FAR 13.106 are applicable to this procurement. 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), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor's CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0299/listing.html)
- Place of Performance
- Address: 800 Seal Beach Blvd., Seal Beach, CA
- Zip Code: 90740
- Zip Code: 90740
- Record
- SN02200539-W 20100711/100709234704-c6c23af4e48978872ce908f017826434 (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 |