Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

J -- 44FT SAIL BOAT REPAIR

Notice Date
8/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0312
 
Response Due
8/31/2012
 
Archive Date
9/28/2012
 
Point of Contact
AARON THORNTON 619-556-6436
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 solicitation number is N00244-12-T-0312. This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120522. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000 employees. This requirement is a 100% Small Business set-aside. The NAVSUP Fleet Logistics Center San Diego intends to solicit for the following: Item 0001 44FT SAIL BOAT REPAIR Quantity: 1 SEE ATTACHED STATEMENT OF WORK ESTIMATED PERIOD OF PERFORMANCE: 15 September to 15 October 2012 The following provisions and clauses apply: 52.202-1, Definitions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 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, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 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 Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be considered, quotes must be received by 12:00 PM PST on 31 Aug 2012. Quotes can be sent to the Contract Specialist, Aaron Thornton via email aaron.thornton@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at www.sam.gov. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0312/listing.html)
 
Place of Performance
Address: NROTC UC BERKELEY 152 HEARST GYMNASIUM, BERKELEY, CA
Zip Code: 94720
 
Record
SN02838949-W 20120816/120815000750-5e9bf07f110c57689f7b3055b55f56e1 (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.