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

W -- LEASE OF 3 EA JACKSON AJ66 DISH MACHINES AND SERVICE MAINTENANCE

Notice Date
4/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0177
 
Response Due
4/30/2012
 
Archive Date
5/15/2012
 
Point of Contact
ISABELITO M CABANA 619-556-6834
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-12-T-0177. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-56 and DFARS Change Notice 20120330. 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 333319 and the Small Business Standard is 500. This is a competitive, unrestricted action. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: (See attached Statement of Work and AJ66 Specification sheet) CLIN 0001 Mercer Hall Naval Base San Diego (NBSD) Galley lease of two dish machines (Base Year) SUBCLIN 0001A Six months lease of one (1) Jackson AJ66 Pot Washer with Booster Heater SUBCLIN 0001B Six months lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 0001C Six months Service maintenance and emergency service repair to include parts and labor SUBCLIN 0001D Removal of existing and installation of new machines CLIN 0002 San Nicholas Island (SNI) CA Galley lease of one dish machine (Base Year) SUBCLIN 0002A Six months lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 0002B Six months Service maintenance and emergency service repair to include parts and labor SUBCLIN 0002C Removal of existing and installation of new machine CLIN 1001 Mercer Hall NBSD Galley lease of two dish machines (Option Yr 1) SUBCLIN 1001A One year lease of one (1) Jackson AJ66 Pot Washer with Booster Heater SUBCLIN 1001B One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 1001C One year Service maintenance and emergency service repair to include parts and labor CLIN 1002 SNI Galley CA lease of one dish machine (Option Yr 1) SUBCLIN 1002A One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 1002B One year Service maintenance and emergency service repair to include parts and labor CLIN 2001 Mercer Hall NBSD Galley lease of two dish machines (Option Yr 2) SUBCLIN 2001A One year lease of one (1) Jackson AJ66 Pot Washer with Booster Heater SUBCLIN 2001B One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 2001C One year Service maintenance and emergency service repair to include parts and labor CLIN 2002 SNI Galley CA lease of one dish machine (Option Yr 2) SUBCLIN 2002A One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 2002B One year Service maintenance and emergency service repair to include parts and labor CLIN 3001 Mercer Hall NBSD Galley lease of two dish machines (Option Yr 3) SUBCLIN 3001A One year lease of one (1) Jackson AJ66 Pot Washer with Booster Heater SUBCLIN 3001B One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 3001C One year Service maintenance and emergency service repair to include parts and labor CLIN 3002 SNI Galley CA lease of one dish machine (Option Yr 3) SUBCLIN 3002A One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 3002B One year Service maintenance and emergency service repair to include parts and labor CLIN 4001 Mercer Hall NBSD Galley lease of two dish machines (Option Yr 4) SUBCLIN 4001A One year lease of one (1) Jackson AJ66 Pot Washer with Booster Heater SUBCLIN 4001B One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 4001C One year Service maintenance and emergency service repair to include parts and labor CLIN 4002 SNI Galley CA lease of one dish machine (Option Yr 4) SUBCLIN 4002A One year lease of one (1) Jackson AJ66 Dish Machine with Booster Heater SUBCLIN 4002B One year Service maintenance and emergency service repair to include parts and labor DELIVERY/INSTALLATION: Delivery and installation of dish machines shall be completed within 60 days from contract award date; Delivery Locations are Naval Base San Diego, CA and San Nicholas Island, CA. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. SITE VISIT: Site visit for prospective offerors is scheduled at 9:00 am 25 April 2012. Submit following information to POC (below) by noon 24 April 2012: (1) Full Name, (2) Full Social Security Number, (3) Weight, (4) Name of Next of Kin, (5) phone number of Next of Kin, and (6) Company Name and Cage Code. Site visit at Mercer Hall NBSD will be performed in the morning, and SNI immediately afterward. Note that SNI is a military base with access limited to authorized personnel only. Transportation to and from the island is restricted to use of vessels contracted by the US Navy. Point of Contacts (POC): Name:CSC Thomas Gilleylen, Work Phone: 619-889-4905 Email: thomas.gilleylen@navy.mil The proposed contract action is leasing of brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: See attached Jackson AJ66 specifications/dimensions. The following FAR provision and clauses are applicable to this procurement: FAR 52.211-6 Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, 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: 52.217-9, Option To Extend the Term of the Contract; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.225-3, Buy American Act; and 52.232-33, Payment by Electronic Funds Transfer. Quoters SHALL include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFAR 252.209-7999, 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law; DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act and Balance of Payment Program FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of technical acceptability, past performance and price. The relative importance of the factors is as follows: Combined technical acceptability and past performance is of equal weight with price. TECHNICAL ACCEPTABILITY. Will be based on (1) equipment equal or better and general dimensions comparability with specified brand name, and (2) meeting all SOW requirements. PAST PERFORMANCE. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. This announcement will close at 9:00 am PST on 30 April 2012. Submit quote to Isabelito M. Cabana via email at Isabelito.cabana@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 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/. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0177/listing.html)
 
Record
SN02726397-W 20120421/120419235916-916a233b1a5abf50909aaf61e4943732 (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.