SOLICITATION NOTICE
51 -- WAREHOUSE SPACE
- Notice Date
- 12/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531130
— Lessors of Miniwarehouses and Self-Storage Units
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- V53222320S301
- Response Due
- 12/19/2012
- Archive Date
- 1/3/2013
- Point of Contact
- GISELE CARTER 7574431359 TERRIE MCGEEIN
- E-Mail Address
-
<!--
- 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 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 V553222320S301. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-63 and DFARS Change Notice 20121212. 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 531130 and the Small Business Standard is $25.5M. This is a Sole Source action. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing: Provide commercial warehouse space for EODESU TWO. The warehouse location should be within a 10 mile radius of Joint Expeditionary Base Little Creek, VA The warehouse must also include the following: 1.Must have 7,000 to 10,000 square feet of warehouse space available. 2.Full-Time security at no additional cost to the Government. 3.All utilities (water/power) be included in the rental charges. 4.Unlimited cargo movement/handling using the warehouse ™s material handling equipment (MHE/Forklift). 5.The desired availability of the warehouse should be 12 months from the award date. The following FAR provision and clauses are applicable to this procurement: 52.204-99, SAM 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-41,Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.247-34, F.O.B. Destination including 52.22-3, Convict Labor 52.222-19,Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-13, Restrictions on Foreign Purchases 52.232-36, Payment by Third Party 52.247-34,F.O.B. Destination 52.215-5, Fascimile Proposals 52.232-18, Availability of Funds 52.233-3, Protest After Award 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Quoters [shall include] OR [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: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Alt I Identification and Valuation (Aug 2008) Atlernate I 252.209-7999 Representation by corporations regarding and unpaid delinquent tax liability or a felony conviction under any Federal law (Deviation 2012-O0004) (Jan 2012) Defense Acquisitions of Commercial Items including 252-225-7001, Buy American Act and Balance of Payment Program 252-274-7023,Transportation of Supplies by Sea and its ALT III 252.232-7010, Levies on Contract Payments:.] This announcement will close at 8:00am on 19 December 2012. Contact Gisele Carter who can be reached at 757-443-1359 or email Gisele.carter @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. Quotes over 10 pages in total will not be accepted by facsimile. 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/N00189/V53222320S301/listing.html)
- Record
- SN02949498-W 20121216/121214234535-8e58af04ced309588f6a5fbf20a98b95 (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 |