SOLICITATION NOTICE
59 -- One (1) Transformer, 2500/3125/3200 KVA
- Notice Date
- 2/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334416
— Electronic Coil, Transformer, and Other Inductor Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412R3008
- Response Due
- 3/9/2012
- Archive Date
- 3/24/2012
- Point of Contact
- Felicia Heard 808-473-7543
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in Federal Acquisition Regulation Subpart 12 - Acquisition of Commercial Items and FAR Part 15 “Contracting by Negotiation, 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 NECO (http://www.neco.navy.mil/) and FEDBIZOPPS. The RFQ number is N00604-12-R-3008. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120130. 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 334416 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following in accordance with the attached specifications: CLIN 0001 (1) Each TRANSFORMER, SUBSTATION, 2500/3125/3200 KVA Please see attached specifications. Drawings are provided of the existing transformer to be replaced for informational purposes. CLIN 0002 (1) Each FREIGHT Freight to Pearl Harbor, HI. Delivery: 16 weeks after date of contract (ADC). Delivery location is NAVFAC Hawaii Bldg 44, Receiving Department FLC Code 444, 400 Marshall Road, Pearl Harbor, HI 96860. 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 Contractor Registration; 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 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: 52.203-6 with Alt I, Restriction on Subcontractor Sales to the Gov ™t 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Reports on Disabled Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-54, Employment EligibilityVerification 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-36, Payment by Third Party 52.247-34, FOB Destination; 52.252-1, Solicitation Provisions Incorporated by Reference Quoters shall include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial Items 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 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A DFARS 252.211-7003, Item Identification and Valuation DFARS 252.225-7000, Buy American Act ”Balance of Payments Program Certificate DFARS 252.232-7010, Levies on Contract Payments DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act and Balance of Payments Program 252.243-7002, Requests for Equitable Adjustment 252.247-7023 (iv) Alt III, Transportation of Supplies by Sea This announcement will close Friday, March 9, 2012 at 4:00 p.m., Hawaii Standard Time. Please direct questions regarding this requirement to Felicia Heard at 808-473-7543 or via e-mail at felicia.heard@navy.mil. 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 Part 15 are applicable to this procurement. The final contract award will be made to the vendor on a best value basis, resulting from selection of the technically acceptable proposal with the lowest evaluated price. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to accept Governmentwide commercial purchase card. 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/. Registration must be current and in good standing. 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. Proposals over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412R3008/listing.html)
- Record
- SN02682165-W 20120226/120224234412-3c2db1d6e0a9e67822714251d7a1ad34 (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 |