SOLICITATION NOTICE
15 -- Walkway, left hand
- Notice Date
- 6/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-05-R-0023
- Response Due
- 6/16/2005
- Archive Date
- 12/31/2005
- 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 a written solicitation will not be issued. Solicitation N68836-05-R-0023 applies and is issued as a Request for Proposal (RFP). The provisions and clauses herein are those in effect through Federal Acquisition Circular 2005-03 and DFARS DCN 20050524. NAICS Code 336413; size standard 1,000 employees. Unrestricted procurement. A firm fixed-price contract is contemplated. Nomenclature: Walkway, left hand. NSN: 1560-01-135-8785. Northrup Grumman p/n 128BH60002-605. Qty: 40 each. Deliver FOB to Naval Aviation Depot, Naval Air Station, Jacksonville, FL, 32212. Exact freight costs shall be included in offer. Desired Delivery on or before 30 Jun 2005. To be considered for award, offeror?s must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov and 2) Central Contractor Registration at http://www.ccr.gov. Offeror?s are encouraged to register at Wide Area Work Flow (http://https://wawf.eb.mil) for electronic submission of invoices. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. 52.204-7 Central Contractor Registration; 52.204-8 Annual Representations and Certifications; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 Instructions to Offers-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 to include 52.203-6, 52.222-19, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, and 52.232-33; 52.233-2 Service of Protest; 52.247-29 F.O.B. Origin. The following DFARs provisions and clauses apply to this acquisition: 252.204-7004 Central Contractor Registration Alternate A; 242.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.232-7003 Electronic Submission of Payment Requests; 252-243-7001 Pricing of Contract Modifications; 252-247-7022 Representation of Extent of Transportation of Supplies by Sea. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest priced offeror or the offeror with the best value. Evaluation factors are 1) Technical Capability (capability of the contractor to meet the requirement) 2) Cost/Price 3) Past Performance. Evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government will assess each offeror?s past performance. The assessment will be an unbiased judgment about the quality of an offeror?s past performance. The Government will assess the offeror?s past performance of (1) Quality of Product or Service (2) Schedule (3) Cost Control (4) Business Relationships. Past Performance Evaluation Sheet attached. Cost/Price will be evaluated for realism. Parties responding to this solicitation may submit their offer in accordance with standard commercial practice (e.g. company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) CAGE Code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications. Proposal must be received no later than 16 Jun 2005 at 4:00 pm EST. Submit to: Fleet and Industrial Supply Center, 110 Yorktown Ave Third Floor, PO Box 97, Naval Air Station, Jacksonville, FL, 32212-0097. This procurement is being processed under the authority of the test program for commercial items, ?Section 4202 of the Clinger-Cohen Act of 1996?.
- Place of Performance
- Address: Naval Air Station Jacksonville Florida
- Zip Code: 32212
- Country: USA
- Zip Code: 32212
- Record
- SN00822708-W 20050605/050603213356 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |