Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

54 -- Suspended Round Personnel Platform, Steel

Notice Date
2/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Naval Shipyard Annex Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018912PP216
 
Response Due
3/5/2012
 
Archive Date
3/20/2012
 
Point of Contact
Aimee Maciejewski 207-438-5524
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 13, using Simplified Acquisition Procedures. 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 (https://www.neco.navy.mil/ ). The RFQ number is N00189-12-P-P216. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120224. 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/dars/dfars/html/current/252201.htm. The NAICS code is 332312. This requirement is set aside for small businesses. 0001: Platform, Suspended Personnel, Round (quantity of one) Suspended Personnel Platform, Round -Stainless Steel Construction -Working load limit: 1,000 lbs. -48 diameter x 84 high -Flat or tapered roof -Four (4) lifting eyes -Side enclosed to knee rail -Grab rail on inside perimeter -Non-slip floor plate -Access door: swing in & self-closing -Toe plate: 6 minimum -No paint, plating s or coatings -Welds to be spatter free & smooth -Detachable test weight of 1,200 lbs (min)- stainless steel not required -Meet or exceed requirements of ASME B30.23 & OSHE 29 CFR 1926.1431 -Manual w/rigging sketches furnished custom cage R-44SS or equal Offerors are required to submit descriptive literature to show how their quotation meets all of the specifications attached for this procurement. Failure to provide this documentation may result in your quotation being considered unacceptable. Quotations for this procurement may undergo a technical compliance review. Successful offeror determination may be based off of a go or no-go basis. Offers that are not technically compliant may not be considered for award. 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 and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-8, 52.219-14, 52.222-19, 52.223-15, 52.225-11, and 52.225-13. Quoters [shall include] [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: 52.232-36: Payment by third party, 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.225-7016, and 252.247-7002, 52.223-11, Ozone-Depleting Substances-Commercial Items; 52.253-1, Computer Generated Forms-Commercial Items; 52.233-3, Protest After Award; 52.211-15, Defense Priority and Allocation Requirements; 52.242-15, Stop-Work Order; 52.242-17 Government Delay of Work; and 52.246-1, Contractor Inspection Requirements. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008), and SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) DFARS CLAUSES 252.225-7008, 252.225-7035 (Alt 1), 252.225-7034 (Alt 1), and Clause M8 Single Award for All Items applies (award will be made on an all-or-none basis). Clause 52.232-18 Availability of Funds applies to this procurement. This announcement will close at 3:00PM EST on March 2, 2012. Contact Aimee Maciejewski who can be reached at 207-438-5524 or email Aimee.Maciejewski@navy.mil. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. 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/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Bids by email are not acceptable. Please submit bids via fax at 207-438-1251, or through mail to: Aimee Maciejewski, Code 530.AM Bldg. 153, 6th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, cage code, DUNS number, TIN (Tax Identification Number), payment terms, and preferred payment method (WAWF of GCPC). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018912PP216/listing.html)
 
Record
SN02685832-W 20120302/120229234950-7178139820b0d94341986a9275c4ba34 (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.