Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOLICITATION NOTICE

71 -- Parachute Packing Tables

Notice Date
4/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0181
 
Response Due
5/7/2012
 
Archive Date
5/22/2012
 
Point of Contact
Evangeline Rodriguez 619-556-5529 Evangeline Rodriguez, 619-556-5529
 
E-Mail Address
evangeline.rodriguez@navy.mil
(evangeline.rodriguez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.204-7004 Required Central Contractor Registration applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for Commander Explosive Ordnance Disposal Expeditionary Support Unit One. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-12-T-0181 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 7125 All supplies/services are to be delivered:FOB Dest to V30202 EODTEU-1 1498 13TH ST, BLDG 189 NOLF IMPERIAL BEACH, CA 91932 Acceptance shall be made at destination. This requirement is for a fixed priced contract. STATEMENT OF WORK Parachute Packing tables for EOD TEU-1 EOD TEU-1 Paraloft requires contractor to provide and install four (4) each complete packing tables at Naval Base NOLF Bldg 189. Description of one (1) complete Packing table: 1.Packing table will be 50 foot in length, 34 inches wide and not more than 40 inches tall. 2.One (1) heavy duty steel cabinet 30 Wx27 Dx36 H with lock, with one (1) 7 H top drawer and three (3) 9 H intermediate drawers, similar to Stanley Vidmar cabinets. See attached picture. 3.Nine (9) heavy duty steel double door cabinets 60 Wx27 Dx36 H with opening doors and be lockable, similar to Stanley Vidmar. 4. Tops surface to be made from maple or oak wood in 10 foot sections 1 2 thick with satin varnish finish. Contractor to mount to top of cabinets, with 15 overhang on both ends, wood top to be smooth entire length. EOD TEU-1 Paraloft requires five (5) complete tool cabinets. Description on one (1) complete tool cabinet: 1.One (1) heavy duty lower cabinet 30 Wx27 Dx30 H. one (1) 6 h drawer and three (3) 8 H drawers, that lock. 2.Have four (4) each 4 heavy duty casters, two (2) that swivel and two(2) that are rigid. 3.Have a handle to assist with moving 4.One (1) upper cabinet 30 Wx27 Dx30 H with double safety glass doors that lock and a bottom shelf, similar to Stanley Vidmar cabinets. See attached picture. A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation s minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote 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, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 PM, local time. 07 May 2012, and will be accepted via fax (619-556-9781) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (13).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0181/listing.html)
 
Place of Performance
Address: V30202 EODTEU-1
Zip Code: 1498 13TH ST, BLDG 189 NOLF
 
Record
SN02726036-W 20120421/120419235330-c67dcd18a1d24a56b69ae2c5e0d88d26 (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.