SOLICITATION NOTICE
23 -- BOATMASTER TRAILERS
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018911T0468
- Response Due
- 9/7/2011
- Archive Date
- 9/30/2011
- Point of Contact
- DAVID BROWN 757-443-1455 DAVID.B.BROWN@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, 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-0468. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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 336214 and the Small Business Standard is 500. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. The Sole Source Justification is provided as an attachment in accordance with FAR 6.302. This notice of intent is not a request for competitive proposals. NAVSUP Fleet Logistics Center Norfolk requests the following on a sole source basis with J.D.C.I. Enterprises, Inc: QTY-4 BoatMaster Commercial Model #3436-HDH-30. Delivery is F.O.B. DESTINATION. Delivery Location is Commander Maritime Expeditionary Security Group Two Boat Maintenance Facility Building 383, Burton ™s Point Road, Portsmouth, VA 23709 ATTN: Robert Fey. 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: 52.204-7 Central Contrator Registration 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 52.215-5, Facsimile Proposals 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) 52.222-36, Affimative Action for Workers with Disabilities (OCT 2010) 52.222-37, Employment Reports on Veterans (SEP 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.232-33, Payment buy electronic funds transfer- CCR 52.209-6, Protecting the Government interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for debarment 52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury.) 52.247-29 FOB Origin 5252.232-9402- Wide Area Workflow 5252.NS-054T, NOLSC Ready-to-ship notice to Vendor Directions Quoters shall 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 252.204-7004 ALT A CCR Alternate A DFARS 252.211.7003 ALT I, Item Identification and Valuation DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.243-7002, Requests for Equitable Adjustment 252.247-7023 alt III, Transportation of supplies by sea 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.225-7000, Buy American Act-Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 5252.NS-046P, Prospective Contractor Responsibility DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on contracts and payments DFARS 252.223-7008, Prohibition on Hexavalent Chromium This announcement will close at 10a.m. est. on Wednesday September 7, 2011. Contact David Brown who can be reached at 757-443-1455 or email david.b.brown@navy.mil. Please submit quotes via fax (757-443-1389) or email to David Brown. 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0468/listing.html)
- Record
- SN02559741-W 20110903/110902102938-7320967aef61e0a40f062f5dfd736a19 (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 |