COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS
20 -- LEAD BALLAST
- Notice Date
- May 16, 2001
- Contracting Office
- Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
- ZIP Code
- 23709-5000
- Solicitation Number
- N00181-01-Q-0401
- Response Due
- June 7, 2001
- Point of Contact
- Ronda J. Rothermel, (757) 396-8023 Fax: (757)396-8368
- E-Mail Address
- Click here to contact Contract Specialist (rothermelrj@nnsy.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. IMPORTANT NOTICE; DFARS 252.204-7004 "Required Central contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-24223 or visit the Internet at http://ccr2000.com for more information. Numbered Note 1 applies. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex intends to negotiate a fixed price indefinite delivery requirements type contract for a Base Year ( one year from time of award) and four (4) Option Years for Weight, Ballast, Lead, in accordance with the following ordering data: A. Weight Ballast, Mil-W-20096D, 6 July 1987; (B) Type (A) Lead; (C) 3" X 3" X 9.375" LG per NAVSEA Dwg. 121-6037056; additional information: 1. Vendor will pour lead into molds or pigs 3" X 3" X 9.375 LG, finished size should be 34 to 35 pounds each; 2. Vendor will pour pigs, clean-up, and palletize pigs; 3. Pigs to be banded to non-returnable pallet, two (2) pigs high. LOT I BASE YEAR -- CLIN 0001 estimated quantity 10,000 each; LOT II OPTION YEAR 1 CLIN 0002 estimated quantity 10,000 each; LOT III OPTION YEAR 2 CLIN 0003 estimated quantity 10,000 each; LOT IV OPTION YEAR 3- CLIN 0004 estimated quantity 10,000 each; LOT V OPTION YEAR 4 CLIN 0005 estimated quantity 10,000 each. Thirty (30) day delivery required for each shipment. Awardee will be required to have a quantity of 4,800 each available for delivery to Norfolk Naval Shipyard within seven (7) days at all times on an emergent basis. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal quote form, etc.) but must include the following: 1) complete mailing/remittance address; 2) point of contact with phone number and email address (if available); 3) prompt payment discount; 4) anticipated delivery; 5) Taxpayer Identification Number; 6) All completed certifications as required herein. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. FAR provision 52.212-1, 52.212-2, 52.212-4, 52.212-5 (1), (5), (11), (12), (13), (14), (15), (16), (17), and (22), and DFAR 252.212.7001 apply to this acquisition. All items are to be delivered to NNSY, Receiving Officer, Bldg 276, Portsmouth, VA 23709-5000. Inspection/acceptance at destination. Offeror shall include a completed copy of the provision at 52.212-3 Offer representation and certfication-commercial items. The Navy's Contractor Evaluation System, Red/Yellow/Green Program will apply in the evaluation process. A copy of clause and/or dwg is available upon request. Offer shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance record. Standard industrial code is 3339; North American Industry Classification System (NAICS) is 331419, and Small Business Size Standard of 750 employees. This procurement is being conducted under simplified acquisition procedures. Questions/responses should be faxed to 757-396-8368 or via mail addressed to: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Attn: Code 532.30/Ronda Rothermel, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000 or via email to: rothermelrj@nnsy.navy.mil. Offers are due by 2:00 PM, local time, 7 June 2001. After an initial evaluation of proposals, FISC Norfolk Naval Shipyard Annex intends to conduct an on-line, anonymous, competitive reverse auction to be facilitated by a third-party reverse auction provider (www.govauctions.procuri.com). The government reserves the right to award on initial offers as submitted regardless of the outcome from the reverse auction. This is a private reverse auction and only those offerors who are deemed to be technically capable of providing the items stated will be invited to participate in the on-line reverse auction. In order to establish a competitive range, offerors are required to submit initial pricing and technical capability statement prior to the closing date of this Request for Quotation (RFQ). Offerors are also requested to be registered on www.govauctions.procuri.com prior to the closing date of the solicitation. Submission of a quote in response to the solicitation will be considered consent by the offeror to reveal their prices in anonymity during the reverse auction. For additional terms and conditions of the reverse auction, go to "Usage Guidelines" in the Procuri web site at www.govauctions.procuri.com For first time users, after determining that you are in the competitive range, training will be given to you by Procuri prior to the start of the reverse auction. The government will award a contract resulting from this reverse auction or by initial quotes to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable, adherence to applicable clauses, provisions, and satisfactory past performance. A written notice of award of acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
- Record
- Loren Data Corp. 20010518/20SOL002.HTM (W-136 SN50M306)
| 20 - Ships and Marine Equipment Index
|
Issue Index |
Created on May 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|