COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2001 PSA #2929
SOLICITATIONS
13 -- EXPLOSION CONTAINMENT SYSTEM
- Notice Date
- August 31, 2001
- Contracting Office
- Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-01-T-B413
- Response Due
- September 10, 2001
- Point of Contact
- Karen Johnston 808-473-7516
- E-Mail Address
- Contracting Officer (karen_f_johnston@pearl.fisc.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses in the RFQ are those in effect through FAC 97-27 and DFAR DCN 20001213. The Regional Contracting Department, Fleet & Industrial Supply Center, Pearl Harbor, Hawaii has a requirement for one, fully confined, explosion containment system for the Security Department's Working Dog (K9) Program. The intended use of the explosion containment system is to provide safe storage of training explosives used in the Working Dog Program. The containment system must have a minimum protective criterion of 10kg and 22 lbs. of TNT or equivalent explosives and must be approved by the Department of Defense Explosive Safety Board (DDESB). Other minimum specifications include a hinged door with a clear opening of 19 inches wide and 37 inches high and an effective maximum storage space greater than 1,200 litre. The solicitation number is N00604-01- T-B413, to be awarded as a Firm-Fixed Price contract. The NAICS code is 332993 with a small business size standard of 1,500 employees. All contractors must be registered in the Central Contracting Registration (CCR) database to be eligible for a Department of Defense contract award. Information concerning the CCR may be attained at www.ccr2000.com. Offerers are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, for their quotation. This will be made available from the Government point of contact listed below. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Quotes shall be made on a FOB Destination basis. Inspection and acceptance shall be made at destination by the receiving activity. The following clauses are applicable: FAR 52.212-1, Instructions to Offerors -- Commercial Items (addendum to paragraph (h): a single award will be made); FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically Capability, (2) Past Performance, and (3) Price. Technical and past performance, when combined, is more important than price. Offerors shall provide DDESB approval documentation, product and technical literature, and a listing of relevant past contracts for the same or similar product covering the last two years. Award will be made to the responsible offeror whose offer is the most advantageous to the Government. Also applicable to this requirement are clauses FAR 52.212-4 Contract Terms and Conditions -- Commercial items. The offeror shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items and in DFAR 252.212-7000 -- Offeror Representations and Certifications-Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19-Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.222-21 -- Prohibition of Segregated Facilities, FAR 52.222-26 -- Equal Opportunity (E.O. 11246), FAR 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 -- Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-13 -- Restriction on Certain Foreign Purchases, FAR 52.225-15-Sanctioned European Union Country End Products, and FAR 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). Other applicable clauses include 52.215-5 Facsimile Proposals; DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, including 252.227-7015-Technical Data-Commercial Items; 252.227-7037-Validation of Restrictive Markings on Technical Data; 252.247-7022-Representation of the Extent of Transportation by Sea; 252.247-7023-Transportation of Supplies by Sea; 252.247-7024-Notification of Transportation of Supplies by Sea. The following clauses also apply DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.204-7001 -- Commercial And Government Entity (CAGE) Code Reporting, These clauses may be obtained via the Internet at http://www.arnet.gov/far or http://farsite.hill.af.mil. Quotes must be received no later than 10 September 2001, 3:30 p.m., HST. Quotes may be mailed, faxed, or emailed to the following: Regional Contracting Department, Fleet and Industrial Supply Center, Code 201A.KJ, Attn: Karen Johnston, 1942 Gaffney St., Suite 100, Pearl Harbor, HI 96860-4549; facsimile number is (808) 473-5750; email address: karen_f_johnston@pearl.fisc.navy.mil. See Note (1)
- Record
- Loren Data Corp. 20010905/13SOL001.HTM (W-243 SN50W651)
| 13 - Ammunition and Explosives Index
|
Issue Index |
Created on August 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|