SOLICITATION NOTICE
V -- TEMPORARY LODGING NSSC USS OKLAHOMA
- Notice Date
- 11/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- N00189 FISC NORFOLK, GROTON OFFICE Box 500 Bldg. 84/1 Subase NLON Groton, CT
- ZIP Code
- 00000
- Solicitation Number
- N0018911TG007
- Response Due
- 11/9/2010
- Archive Date
- 12/9/2010
- Point of Contact
- Sharon Dexter 860-694-3202
- E-Mail Address
-
sharon.dexter@navy.mil
(sharon.dexter@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 N00189-11-T-G007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42and DFARS Change Notice 20100625. 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 721110 and the Small Business Standard is $7.0 annual. This requirement is unrestricted. The Fleet Industrial Supply Command Groton, Connecticut requests responses from qualified sources capable of providing: (20) Double Occupancy Rooms for (16) nights. Delivery [Period of performance] is 12-28 November 2010; Delivery Location is Groton, CT as close as possible to the Naval Submarine Base in Groton, CT. Responsibility and Inspection: Government 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 all clauses; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-28 Post Award Small Business Program Representation 52.222-3 Contract Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/Disabilities 52.225-13 Restriction on Foreign Purchases 52.232-36 Payment by Third Party 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim Quoters shall provide availability, price, point of contact, name and phone number, business size, cage code, DUNS number, and TIN (Tax Identification Number) All clauses shall be incorporated by reference in the order. 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 252.232-7010 Levies on Contract Payments: Payment will be made via Government Purchase Card. Purchase Card Information shall be provided on the awarded purchase order. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Vendors shall be evaluated on price.. 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, and business size. Each response must clearly indicate the capability of the Quoters to meet all specifications and requirements. This announcement will close at 10:00 AM Eastern Standard Time on 09 November 2010. METHOD OF PROPOSAL SUBMISSION: The NECO website has a submit button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. Submit bids to Contact: Sharon Dexter who can be reached at (860) 694-3202 or email sharon.dexter @navy.mil. Oral communications are acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/2404/N0018911TG007/listing.html)
- Record
- SN02323242-W 20101107/101105233937-a4a61c1792a115cab7bb3e3e5765a719 (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 |