Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2011 FBO #3575
SOLICITATION NOTICE

20 -- WATERJET & OVERFLOW

Notice Date
9/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Corpus Christi Office 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
6193311RCPA10
 
Response Due
9/12/2011
 
Archive Date
9/13/2011
 
Point of Contact
MARIA H. GAUNTT 361-961-2669
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N6193311RCPA104 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) Code is 333618 and the Small Business Size Standard is number of employees 1000. This requirement is for Naval Operations Support Center Tampa, Florida. 33611 2 - each “ WATERJET, P/N HJ364 2 “ each “ Overflow for WATERJET The following FAR and DFAR provisions and clauses are incorporated as follows: Clauses Incorporated By Reference: 52.204-7 “ Central Contractor Registration (APR 2008) 52.204-9 “ Personal Identity Verification of Contractor Personnel (Sep 2007) 52.211-17 - Delivery of excess Quantities (SEP 1989) 52.237-2 “ Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.212-4 “ Contract Terms and Conditions ”Commercial Items (JUN 2010) 52.247-34 “ FOB Destination (NOV 1991) FAR Clauses 52.212-3 - Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1- Offeror Representations and Certifications-Commercial Items (Apr 2002) (Mar 2005) Alternate 1 52.212-5 “ Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (Jul 2010) within are the following: 52.219-1 - Small Business Program Representations (MAY 2004) 52.219-6 “ Notice of Total Small Business Set-Aside (JUNE 2003) 52.222-21 - Prohibition of Segregated Facilities (FEB 1999) 52.222-26 “ Equal Opportunity (MAR 2007) 52.222-35 “ Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam And Other Eligible Veterans (SEP 2006) 52.222-36 “ Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37 “ Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) 52.225-13 “ Restrictions on Certain Foreign Purchases (JUN 200) 52.232.33 “ Payment by Electronic Funds Transfer ”Central Contractor Registration (OCT 2003) DFAR Clause: 252.204-7004 “ Central Contractor Registration (SEP 2007) FULL TEXT 252.212-7001 “ Contractor Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial 251.225-7001 “ Buy American Act and Balance of Payments Program (JAN 2000) 252.232-7003 “ Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) Facsimile Proposals (OCT 1997) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) Cage Code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 12 September 2010 1000 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2669, EMAIL: maria.gauntt@navy.mil. Anticipated award date is 13 September 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/6193311RCPA10/listing.html)
 
Record
SN02563889-W 20110908/110906235932-41147b839bc77495c7779c1ca9d01072 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.