SOLICITATION NOTICE
42 -- MK-25 Parts - Attachment 1- CLINs
- Notice Date
- 5/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-12-Q-9008
- Archive Date
- 5/29/2012
- Point of Contact
- Natalie J. Rodriguez, , Madelynn Whittington,
- E-Mail Address
-
natalie.rodriguez@navsoc.socom.mil, madelynn.whittington@navsoc.socom.mil
(natalie.rodriguez@navsoc.socom.mil, madelynn.whittington@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1- CLINs This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) H92240-12-Q-9008 is issued as unrestricted. The applicable North American Industry Classification System (NAICS) code is 333912 Air and Gas Compressor Manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 (Effective on 18 APR 2012). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item Numbers (CLINs): See Attachment 1 PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Inspection and acceptance shall be at FOB Destination. 52.212-2 Evaluation -- Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. The offeror's ability to provide customer with all requested item(s)/service(s). 2. Price. This will be a lowest priced, technically acceptable procurement. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008) 52-211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev) (MAR 2012)52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011) 52.232-8 Discounts For Prompt Payment (FEB 2002) 52.232-11 Extras (APR 1984) 52.233-1 Disputes (JUL 2002) 52.242-17 Government Delay of Work (APR1984) 52.247-29 F.O.B. Origin (FEB 2006) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil 52.252-2 Clauses Incorporated by Reference (FEB 1998), www.arnet.gov and www.acq.osd.mil The following clauses incorporated in 52.212-5 are also applicable: 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) The following DFAR provision and clauses apply to this acquisition and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A Required Central Contractor Registration (SEP 2007) 252.204-7006 Billing Instructions (OCT 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (DEC 1991) The following clauses are incorporated by reference in 252.212-7001 paragraph (b): 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.247-7023 Alternate III Transportation of Supplies by Sea (MAY 2002) The following SOFAR provision and clauses apply to this acquisition and are incorporated by reference: 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Natalie Rodriguez DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Natalie Rodriguez (primary), email: natalie.rodriguez@navsoc.socom.mil and Ms. Madelynn Whittington (alternate), email: madelynn.whittington@navsoc.socom.mil no later than 10 MAY 2012 at 1000 PST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Naval Special Warfare Command, 2440 Trident Way, San Diego, CA 92155-5494. Attn: - Natalie Rodriguez (primary), Bldg. 624, or e-mailed to: Natalie Rodriguez, natalie.rodriguez@navsoc.socom.mil and Madelynn Whittington: madelynn.whittington@navsoc.socom.mil. However, email is the preferred method of submission. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 14 MAY 2012 at 1000 PST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-12-Q-9008. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. NSWC POC: Ms. Natalie Rodriguez (primary), email: natalie.rodriguez@navsoc.socom.mil and Madelynn Whittington: madelynn.whittington@navsoc.socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-12-Q-9008/listing.html)
- Place of Performance
- Address: 2446 Trident Way, Bldg 605, San Diego, California, 92155, United States
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN02737492-W 20120504/120502235945-4892390b59111b4fc850674031b5c954 (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 |