SOLICITATION NOTICE
99 -- Fabrication of 4 Metal Baskets
- Notice Date
- 4/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060415T3060
- Response Due
- 4/29/2015
- Archive Date
- 5/14/2015
- Point of Contact
- Mshindi Thomas 808-473-7569
- 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 for commercial items found at FAR 13, 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 (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3060. This solicitation document incorporates provisions and clauses in effect through FAC 2005-81 and DFARS Publication Notice 20150420. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 332618 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLIN QTY U/I 0001 4 Each Fabricated Metal Baskets in accordance with the attached Specifications Sheet The Required Delivery Date is June 30, 2015. The delivery address will be Defense POW MIA Accounting Agency (DPAA-West), 310 Worchester Ave. Bldg 45, JBPHH, HI 96853. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and ALT IOfferor 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 Including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-36, Equal Opportunity w/Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS provisions and clauses applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Confidentiality Agreements ”Representation 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System For Award Management 252.204-7011 Alternative Line Item Structure 252-204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.211-7003 Item Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048Export- Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea Quoters are reminded to include a completed copy of FAR 52.212-3 and DFAR 252.209-7992 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 1200p.m. Hawaii time on Wednesday, April 29, 2015. Questions shall be submitted to Ms. Thomas via email only at mshindi.thomas@navy.mil no later than 12:00p.m. Hawaii time Friday, April 24, 2015. All responsible sources may submit a quote via email only to mshindi.thomas@navy.mil which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The purchase order will be awarded to the lowest price technically acceptable offeror. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3060/listing.html)
- Place of Performance
- Address: Defense POW MIA Accounting Agency
- Zip Code: 310 Worchester Ave. Bldg 45, JBPHH, HI
- Zip Code: 310 Worchester Ave. Bldg 45, JBPHH, HI
- Record
- SN03706989-W 20150424/150422234416-94f03b87cf27a48aa468e6849062d43a (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 |