SOLICITATION NOTICE
81 -- Aluminum Pallet and engineer drawing.
- Notice Date
- 11/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423510
— Metal Service Centers and Other Metal Merchant Wholesalers
- Contracting Office
- N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0033
- Point of Contact
- Shannon La Com 562-626-7104
- E-Mail Address
-
Click here to contact the Contract Specialist via email
(shannon.lacom@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 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 N00244-11-T-0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- 46 and DFARS Change Notice 2010112. 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 423510 and the Small Business Standard is 100. The proposed contract is 100% set aside for small business concerns. The Government requests responses from qualified sources capable of providing the following per the salient characteristics and drawing: CLIN 0001 “ Engineer drawing of pallet with all measurements and specifications. CLIN 0002 - Quantity 1 each, Aluminum Pallet. All quotes shall include a price breakdown by material, labor, overhead and profit for each CLIN; a detailed drawing showing all required salient characteristics as well as any additional features/items; a point of contact, name and phone number, GSA contract number if applicable, business size, cage code, Dunn and Bradstreet number and tax identification number. Delivery required NLT 30 days after receipt of order. FOB destination. Delivery Location is Point Mugu, CA 93041 Responsibility and Inspection: Government acceptance at destination. AWARD CRITERIA: Procedures in FAR 52.212-2 are applicable to this procurement. The final award will be based on a combination of price, delivery and the offeror ™s ability to produce item in accordance with the salient characteristics. Failure to meet the minimum criteria for technical acceptability will render the offer technically unacceptable and not be considered for award. To be determined technically acceptable offerors must furnish drawing(s) that adequately demonstrates the vendor ™s ability to produce item. 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 following: 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; 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the following clauses applicable to paragraph (b); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration: 52.247-34 F.O.B Destination. 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 DFARS 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; 252.227-7015 Technical Data--Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data. This announcement will close at 4 PM PST on 3 December 2010. Contact Shannon La Com who can be reached at (T) 562.626.7104, (F) 562.626.7877 or email Shannon.lacom@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/. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact. ƒ SALIENT CHARACTERISTICS The aluminum pallet's purpose is to safely load and unload a propeller on a stand from the ground to the truck and truck to the ground. Required Characteristics 2,000 lbs. is the minimum safe load capacity (includes the stand and the propeller). The pallet must be able to accommodate a propeller and stand with dimensions 8 feet (length) by 7 feet (width) as well as 5 feet (length) x 5 Feet (width). Must be moveable by forklift. Must have a hinged ramp that will facilitate a smooth rolling motion of the stand from the ground to the pallet and from the pallet to the flat bed truck. The ramp must be hinged so that it can be flipped up and down and can be locked also when it is raised up. There must be a removable railing on the sides and back of the pallet for safety of the stand and personnel. Minimum four tie down points/rings inside the pallet to hold the propeller and stand in place while in motion or forklift movements. Manual winch to the pallet to make sure that there's a stopping and pulling mechanism in order to eliminate any risk of mishandling due to momentum. Pallet must be constructed of aluminum or other comparable lightweight, rust resist material. The pallet ™s dimension must have enough room or space for personnel to operate between the stand and the railing inside the pallet as they manually roll the stand (with the propeller) to the flat bed truck.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0033/listing.html)
- Place of Performance
- Address: Material Control/BLDG 311
- Zip Code: 570 Ronald Reagan BLVD, Point Mugu, CA
- Zip Code: 570 Ronald Reagan BLVD, Point Mugu, CA
- Record
- SN02331492-W 20101124/101122233756-f90a917f783a77ba55185c6fb37a81c9 (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 |