SOLICITATION NOTICE
53 -- HARDWARE AND ABRASIVES
- Notice Date
- 3/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060411T3052
- Response Due
- 3/14/2011
- Archive Date
- 3/29/2011
- Point of Contact
- GINA K. JOHNSON (808) 473-7554
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION that will be solicited as a sole sourced to Lockmaster Incorporated. Lockmaster Incorporated is the sole distributor for W-LOK Corporation for commercial items prepared in accordance with the information in FAR Subpart 12 Acquisition of commercial Items and FAR Subpart 13 - 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 N00604-11-T-3052. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20110302. 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 423850 and the Small Business Standard is 100. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (Lockmasters Inc.) under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. CLIN 0001, Seventy five (75) each W- LOK padlock GSA 3/8 shackle SK#976538F1 CLIN 0002, One hundred fifty (150) each W-LOK GSA PADLOCK KEY CUT-TO-CODE. Each lock gets two extra keys so all locks have 4 keys. Extra keys need to be shipped packed with locks. CLIN 0003, Fifty (50) each W-LOK PADLOCK GSA SHACKLE CLIN 0004, One hundred (100) each W-LOK GSA PADLOCK KEY CUT-TO-CODE. Two extra keys per SK977524F1 locks so all have 4 keys. CLIN 0005, One hundred (100) each W-LOK PADLOCKG GSA SHACKLE SK:#SK977524F1 CLIN 0006, Two hundred (200) each W-LOK GSA PADLOCK KEY CUTT TO CODE, cut 2 extra keys per lock so all locks have 4 keys and keys are packed with the lock The suggested Delivery Date is 18 March 2011. The Delivery Location is COMNAVREG HAWAII,850 Ticonderoga Ste 110, Pearl Harbor, HI 96860-5101. Responsibility and Inspection: unless otherwise 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 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, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. 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. 252.212-7000, Offeror Representations and Certifications - Commercial Items 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 & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close at Monday, 14 March 2011 on 1600 hours, Hawaii Standard Time. Contact Gina Johnson. who can be reached at 808-473-7554 or email gina.johnson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3052/listing.html)
- Record
- SN02396287-W 20110311/110309234028-1cbd236bfe54b2b4d8e6afa00c7dd506 (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 |