Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2012 FBO #3711
SOLICITATION NOTICE

16 -- OXYGEN CONNECTOR

Notice Date
1/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Corpus Christi Office 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883612T0123
 
Response Due
2/6/2012
 
Archive Date
3/6/2012
 
Point of Contact
MARIA H. GAUNTT 361-961-2669
 
E-Mail Address
maria.gauntt@navy.mil
(maria.gauntt@navy.mil)
 
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; a written solicitation will not be issued. PAPER COPOIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS and NECO (http:www.neco.navy.mil/). The RFQ number is N68836-12-T-0123. The North American Industry Classification System (NAICS) Code is 336413 and the Small Business Size Standard is number of employees 1000. This requirement is for CNATRA Detachment Corpus Christi, TX 78419 300 each “ CRU-60/P Oxygen Connectors Part number G002-3561-01 Payment will be via Government credit card. Include delivery in quote. Ship to will be to Milton, Florida 32570 The following FAR and DFAR provisions and clauses are incorporated as follows: Clauses Incorporated By Reference: 52.204-7 - Central Contractor Registration (APR 2008) 52.211-17 - Delivery of excess Quantities (SEP 1989) 52.212-4 - Contract Terms and Conditions ”Commercial Items (JUN 2010) 52.247-34 “ FOB Destination (NOV 1991) FAR Clauses 52.204-10 -Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) 52.212-3 - Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-5 “ Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (NOV 2011) ALT (FEB 2000) within are the following: 52.219-1 - Small Business Program Representations (APR 2011) 52.219-6 “ Notice of Total Small Business Set-Aside (NOV 2011) 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 2010) 52.222-36 “ Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 “ Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2010) 52.225-13 “ Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-36 -Payment by Third Party (FEB 2010) FAR Clause: Full Text 52.212-3 ALT 1- Offeror Representations and Certifications-Commercial Items (Apr 2002) 52.215-5 - Facsimile Proposals (OCT 1997) 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 (AUG 2011) FULL TEXT 252.225-7001 “ Buy American Act and Balance of Payments Program (JAN 2009) REF NBZ043 “ Unit Prices Contractor ™s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its ™ proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information (FOIA). 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 1) county, 2) Cage Code, 3) Dun & Bradstreet number, 4) Taxpayer ID number, 5) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items 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, delivery, technically acceptable low bids. The proposed contract is 100% set aside for small business concern. Quotations must be received no later than 6 February 2012, 0800 CST. Quotations must be in writing and may be e-mailed, faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet Logistic Center Jacksonville, Corpus Christi, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Telephone 361-961-2669, E-MAIL: maria.gauntt@navy.mil Fax 361-961-2394. Award is anticipated no later than 8 February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/N6883612T0123/listing.html)
 
Record
SN02658536-W 20120122/120120234826-41e6d2198ce9868678043fd374b67682 (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.