Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOLICITATION NOTICE

23 -- Trailers

Notice Date
7/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019214Q7040
 
Response Due
7/23/2014
 
Archive Date
8/7/2014
 
Point of Contact
Demarquis Bell 671-366-6606 Terri Q. Untalan
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation N40192-14-Q-7040 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 336214 and the small business size standard is 500 Employees. The following commercial items are requested: CLIN 0001 - Reel Trailers “ SLR 710 “ 7KE Self-loading Reel Trailer (2 Each) or equal. *ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM: 36th Civil Engineer Squadron Bldg. 18001 Arc Light Blvd Yigo, Guam 96929 All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. Award will be based on lowest price technically acceptable. Technical acceptability means meeting the minimum specifications listed under CLIN 0001 and including catalog cuts or photos and a product description. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation ”Commercial Items. Award will be based on lowest price technically acceptable: 1.Price: Price must be submitted for CLIN 0001. 2.Technical Acceptability: Quotes must provide catalog cuts or photos and a product description for śequal ť items. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must include a completed copy of this provision with their proposal or be currently registered and active in the SAM website with their Representations and Certifications completed. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.219-6, Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor “ Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Message while Driving FAR 52.225-1, Buy American Act “ Supplies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports DFARS 252.232-7006, Invoicing and Payment (WAWF) Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea Alt III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Quotes must be submitted in writing and be sent to A1C Demarquis Bell at demarquis.bell@us.af.mil. Responses to this RFQ must be received via e-mail not later than 4:30 p.m. Local (Guam) Time on 23 July 2014. Oral Quotes will not be accepted. Collect calls will not be accepted. The Government does not accept responsibility for non-receipt of quotes. It is the contractor ™s responsibility to request and receive confirmation of quote receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019214Q7040/listing.html)
 
Place of Performance
Address: 36th Civil Engineer Squadron
Zip Code: Bldg 18001 Arc Light Blvd
 
Record
SN03426462-W 20140717/140716022528-38a7f8c0d18fba61a32496523f20b98f (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.