Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
MODIFICATION

20 -- Deck Panel

Notice Date
6/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-7875
 
Response Due
6/20/2014
 
Archive Date
7/20/2014
 
Point of Contact
Point of Contact - Gerald M Burch, Contract Specialist, 619-553-4360; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(gerald.burch@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Amendment 0001 is issued to change the NAICS Code, Size Standard, and MFR Name, and Close Date & Time. NAICS: 326199; Size Standard: 75o Employees; MFR Name: Pacific Maritime; Close Date & Time: 20 June 2014 at 4:00 PM, PDT. ******************************************************************* This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-7875. This requirement is set-aside for small businesses, NAICS code is 326199 and the size standard is 750 employees. ITEM 0001: FALSE DECK PANEL, QUANTITY 5 Each MFR: PACIFIC MARINE, OR EQUAL NOMEX HONEYCOMB, LIGHTWEIGHT NON-METALLIC COMPOSITE CONSTRUCTION 0.550 THICK X 48" X 96" MIRAGE # 4303 HONEYCOMB CORE: 3/16" CELL 4' X 8' = 36 SF EACH (X 5 = Total of 160 SF) COLOR: GRAY FEDERAL STANDARD: 595-36270; FED STD 595, COLOR FS 36270 NEMA TYPE 2 DRIP-TIGHT *PROTECTS AGAINST DUST, LIGHT, AND DIRECT SPLASHING, BUT NOT DUST TIGHT. PRIMARILY PREVENTS CONTACT WITH LIVE PARTS; USED INDOORS AND UNDER NORMAL ATMOSPHERIC CONDITIONS. WITH ADDITION OF DRIP SHIELDS; USED WHERE CONDENSATION MAY BE SEVERE. **See attachment ITEM 0002: SHIPPING CHARGE **DELIVERY INFORMATION SHIP TO: U.S. FLEET ACTIVITIES YOKOSUKA SPAWAR BLDG A-40 1 CHOME HONCHO, YOKOSUKA SHI KANAGAWA KEN, JAPAN 238-0041 **Supporting documentation will be required when the shipping cost is greater than $100. SHIPPING (IF NOT INCLUDED IN PRICE) IF THERE IS A SEPARATE SHIPPING COST (NOT INLUDED IN PRICE) AND (NOT A FIRM FIXED PRICE LESS THEN $100.00) SUPPORTING DOCUMENMTATION WILL BE REQUIRED SUBSTANTIATING SHIPPING COST. "The statement below applies" To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. " Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (05/30/2014) and Defense Federal Acquisition Regulation Supplement (DFARS), March 31, 2014. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), 52.222-36, Affirmative Action for Workers with Disabilities, 52.204- 2, Security Requirements, DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. This RFQ closes on 20 June, 2014 at 4:00 PM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-7875. The point of contact for this solicitation is Gerald Burch at gerald.burch@navy.mil Please include RFQ N66001-14-T-7875 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1e13fabd854747aa9805d4d89f4bc3f)
 
Record
SN03397478-W 20140619/140617235301-b1e13fabd854747aa9805d4d89f4bc3f (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.