COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14, 2001 PSA #2914
SOLICITATIONS
51 -- MARKERS, PAINT AND INK FOR INDUSTRIAL USE
- Notice Date
- August 10, 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-0559
- Response Due
- August 28, 2001
- Point of Contact
- R. Lord, 757-396-8354
- E-Mail Address
- click here to contact the contracting officer via (lordrd@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/quote 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. 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 seven (7) types of Markers, Paint or Ink commonly used at Norfolk Naval Shipyard for industrial use. The following ordering data applies to contract line item numbers (CLINs) 0001, 0008, 0015, 0022, 0029: (A) Marker, paint; (B) blue, medium point. The following ordering data applies to CLINs 0002, 0009, 0016, 0023, 0030: (A) Marker, paint; (B) green, medium point. The following ordering data applies to CLINs 0003, 0010, 0017, 0024, 0031: (A) Marker, paint; (B) red, medium point. The following ordering data applies to CLINs 0004, 0011, 0018, 0025, 0032: (A) Marker, Paint; (B) pink, medium point. The following ordering data applies to CLINs 0005, 0012, 0019, 0026, 0033: (A) Marker, Paint; (B) black, broad point. The following ordering data applies to CLINs 0006, 0013, 0020, 0027, 0034: (A) Marker, Tube Type; (B) black, extra fine, super permanent black ink. The following ordering data applies to CLINs 0007, 0014, 0021, 0028, 0035: (A) Marker, tube type; (B) black, extra fine, permanent black ink. Estimated Quantities: LOT I BASE YEAR -- CLIN 0001 estimated quantity 200 DZ; CLIN 0002 estimated quantity 150 DZ; CLIN 0003 estimated quantity 200 DZ; CLIN 0004 estimated quantity 300 DZ; CLIN 0005 estimated quantity 200 DZ; CLIN 0006 estimated quantity 900 DZ; CLIN 0007 estimated quantity 100 DZ. LOT II OPTION YEAR 1 CLIN 0008 estimated quantity 200 DZ; CLIN 0009 estimated quantity 150 DZ; CLIN 0010 estimated quantity 200 DZ; CLIN 0011estimated quantity 300 DZ; CLIN 0012 estimated quantity 200 DZ; CLIN 0013 estimated quantity 900 DZ; CLIN 0014 estimated quantity 100 DZ. LOT III OPTION YEAR 2 CLIN 0015 estimated quantity 200 DZ; CLIN 0016 estimated quantity 150 DZ; CLIN 0017 estimated quantity 200 DZ; CLIN 0018 estimated quantity 300 DZ; CLIN 0019 estimated quantity 200 DZ; CLIN 0020 estimated quantity 900 DZ; CLIN 0021 estimated quantity 100 DZ.; LOT IV OPTION YEAR 3- CLIN 0022 estimated quantity 200 DZ; CLIN 0023 estimated quantity 150 DZ; CLIN 0024 estimated quantity 200 DZ; CLIN 0025 estimated quantity 300 DZ; CLIN 0026 estimated quantity 200 DZ; CLIN 0027 estimated quantity 900 DZ; CLIN 0028 estimated quantity 100 DZ.; LOT V OPTION YEAR 4 CLIN 0029 estimated quantity 200 DZ; CLIN 0030 estimated quantity 150 DZ; CLIN 0031 estimated quantity 200 DZ; CLIN 0032 estimated quantity 300 DZ; CLIN 0033 estimated quantity 200 DZ; CLIN 0034 estimated quantity 900 DZ; CLIN 0035 estimated quantity 100 DZ. Thirty (30) day delivery required for each shipment. Awardee will be required to have a quantity of 25 DZ of each type of marker 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 clauses 52.212-1 Instructions to Offerors -Commercial, 52.212-2 Evaluation-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 (b) (5), (11), (12), (13), (14), (16), and (26); 52,216-1 Type of Contract, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-21 Requirements, 52.217-5 Evaluation of Options, 52.217-9 Option to Extend the Term of the Contract, 52.222-19 Child Labor, 52-232-36 Payment by Third Party (agreement by the successful offeror to accept payment by Government Credit Card for orders not exceeding $100,000.00), 52.252-2 Clauses Incorporated by Reference, and DFAR 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 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 clause at 52.212-3 Offer Representation and Certification -- Commercial items. The Navy's Contractor Evaluation System, Red/Yellow/Green Program will apply in the evaluation of past performance process. Offer shall be evaluated for fair and reasonable pricing, technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance record. Standard Industrial Code is 3951; North American Industry Classification System (NAICS) is 339941, and Small Business Size Standard of 500 employees. This procurement is being conducted under simplified acquisition procedures. Questions/responses should be faxed to 757-396-8017. Offers are due by 2:00 PM, local time, 28 August 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). A tentative date for the Reverse Auction is set for 6 September 2001. The government reserves the right to award on initial offers. 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. Questions/responses to this solicitation should be faxed to (757)396-8017 or mailed to attention: Code 530.RL, LCDR Roger Lord, Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000 or via e-mail lordrd@nnsy.navy.mil. Written requests should include company name, point of contact, address, phone number, and email address (if available). Important Internet Addresses 1) Federal Acquisition Regulation (FAR) http://www.gsa.gov/far, (2) Defense Federal Acquisition Regulation Supplement (DFARS)at http://www.dtic.mil/dfars/. 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. 20010814/51SOL001.HTM (W-222 SN50U6R4)
| 51 - Hand Tools Index
|
Issue Index |
Created on August 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|