SOLICITATION NOTICE
36 -- Industrial Supplies
- Notice Date
- 1/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0098
- Response Due
- 2/2/2011
- Archive Date
- 2/17/2011
- Point of Contact
- Danielle Murphy 619-532-3026 Danielle Murphy, Contract Specialist, Danielle.Murphy1@navy.mil
- E-Mail Address
-
Contract Specialist's Email Address
(Danielle.murphy1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FISC-San Diego, Regional Contracting Department is announcing issuance of a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures. The US Navy has a requirement for industrial supplies. All items are to be delivered to Naval Aviation Depot, San Diego 92135 NLT 3/10/2011. Small business vendors who supply industrial supplies are encouraged to respond to this RFQ and should fully identify their interest and submit their capabilities to meet the requirements established under this RFQ to the Contracting Officer within the timeframe specified for this solicitation period. Responses received after the close of the solicitation period or without the required information will be considered non-responsive to the solicitation and not be considered for award. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-11-T-0098. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-30 and DFARS-DCN 20090115. This solicitation is issued as a total Small Business Set-Aside. NAICS Code 423830 is applicable and business size is 100 employees. SECTION A:********************************************************************************* MT2= Morse Taper #2 MT3= Morse Taper #3 Line Item 0001: ½ x 12 (MT2 or MT3) Cobalt Drill (Standard Drill), QUANTITY 32 Line Item 0002: 11/16 X 10 (MT2 or MT3) Cobalt Drill (Standard Drill), QUANTITY 32 Line Item 0003: 13/16 X 10 (MT2 or MT3) Cobalt Drill (Standard Drill), QUANTITY 32 Line Item 0004: 31/32 X 11 (MT2 or MT3) Cobalt Drill (Standard Drill), QUANTITY 32 Line Item 0005: 1-1/8 X 12 Ύ (MT2 or MT3) Cobalt Drill (Standard Drill), QUANTITY 32 Line Item 0006:.991 X 10-1/2 (MT2 or MT3) Carbide Tipped Reamer, QUANTITY 12 Line Item 0007:.991 X 10-1/2 (MT2 or MT3) High Speed Reamer (Special Ground Diameter), QUANTITY 32 Line Item 0008: 13/16 X 9 ½ (MT3) Core Drill High Speed Steel (Not Carbide Tipped, Standard Drill), QUANTITY 12 Line Item 0009: 31/32 X 9-1/2 (MT3) Core Drill High Speed Steel (Not Carbide Tipped, Standard Drill) QUANTITY 12 Line Item 0010: 1 X 9-1/2 (MT3) Core Drill High Speed Steel (Not Carbide Tipped, Standard Drill) QUANTITY 12 Line Item 0011: 1-1/8 X 9 ½ (MT3) Core Drill High Speed Steel (Not Carbide Tipped, Standard Drill) QUANTITY 12 Line Item 0012: Adjustable Position Electromagnetic Drill Press with No. 3 MT Motor. 1-1/4 inch capacity, 12.5 amp motor, 500/250 RPM, Feedback speed control, solid state electronic switching, line lock QUANTITY 4 Line Item 0013: Heavy duty drill accessory kit- 1 morse taper and 1 locking ring. Allows the MT#2 or #3 drills to be held by the mag base drill motor. QUANTITY 4 Line Item 0014: Morse Taper Adapters for use with Line Item Number 0001 and Line Item Number 0010 QUANTITY 4 Line Item 0015: Digital Dial Indicator, Range: 0-2.0 in, resolution: 0.0002in, accuracy: +/- 0.001in, AGD size: 2 (part of laser alignment tooling for catapult alignment), QUANTITY 8 The schedule for blasting and painting services is as follows: Performance Period: Line Items 0001-0015 Delivery to be received at NADEP San Diego NLT 10 March 2011 STATEMENT OF WORK: See Line Item Numbers above for salient characteristics of supplies required. 1. 0 Inspection/Acceptance Criteria 2.1 Acceptance of supplies performed shall be performed by TBA at destination The Government shall inspect supplies received- defects damages shall be duly recorded. A complete damage report is to be created by the Government QA. Inspection and acceptance will be made at Destination by the Government. Post Award Contract Administration will be performed by FISCSD, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices, IAW DFAR 252.232-7003. Any technical questions are to be directed to: Danielle Murphy Contracting Specialist, US Navy, FISCSD, Code 240, 619-532-3026, Danielle.murphy1@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. SECTION B:********************************************************************************** FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1 None; SECTION C:****************************************************************************** FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the Best Value to the Government, price and other factors considered. Lowest Price Technically Acceptable SECTION D:********************************************************************************* Clauses: 52.204-7 Central Contractor Registration (Jul 2006) SECTION E:********************************************************************************* FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 is hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 333 Non US Navy Owned Cranes Aug 2004; 52.204-7 Central Contractor Registration (Oct 2003); 52.204-7 Central Contract Registration Oct 2003; 52.204-8 Annual Representations and Certifications Jan 2006; 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984; 52.228-5 Insurance-Work on a Government Installation; SECTION F:********************************************************************************** FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-7 Central Contract Registration; 52.204-8 Annual Representations and Certifications, Jan 2006; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires, May 1989; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; 252.225-7014 Preference for domestic specialty metals Jun 2005; NAVSUP 5252.232-9402 Invoicing and Payment WAWF Instructions; SPECIAL CONTRACT REQUIREMENTS: Clause FISCSD 129 Liability Insurance Limits-Aug 1992 The following types of and minimum amounts of insurance required: General Liability: bodily injury liability written on the comprehensive form of policy - $500,000 per occurrence Automobile Liability insurance written on the comprehensive form of policy for bodily injury and property damage liability covering the operation of all automobiles operated in the United States and used in conjunction with performing the contract - $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. Aircraft public and passenger liability when aircraft are used in connection with performing the contract - $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be $200,000 multiplied by the number of seats or passenger, whichever is greater. End of Clauses/Provisions. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically pdf, MSword, via e-mail, or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Danielle Murphy, Code 240, 619-532-3026, 619-532-1088 fax. Danielle.murphy1@navy.mil Reference solicitation number: N00244-11-T-0098 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on February 2, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0098/listing.html)
- Place of Performance
- Address: Naval Aviation Depot, San Diego, CA
- Zip Code: 92135
- Zip Code: 92135
- Record
- SN02368916-W 20110130/110128234209-b6c0c7c349eec001dd5c25bf71a7cb4b (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 |