Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2006 FBO #1608
SOLICITATION NOTICE

16 -- P-3 Mechanical Actuator Components

Notice Date
4/20/2006
 
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
N68836-06-R-0029
 
Response Due
4/28/2006
 
Archive Date
6/30/2006
 
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 under the test program for commercial items found at FAR 13.5, 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 (http://www.neco.navy.mil/ ). The Request For Quote number is N68836-06-R-0029. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-06 and DFARS Change Notice 20050930. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 336413 and the Small Business Standard is 1000. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center Jacksonville requests proposals for a fixed price supplies from qualified sources capable of providing MILSPEC/FEDSPECs for: P-3 Orion linear mechanical actuator components: Part Numbers are Danaher Motion numbers and are known to meet or exceed required specifications. This IS NOT a brand name specific procurement. CLIN 0001 15 ea Ball Nut Screw PN5669310 CLIN 0002 15 ea Actuator Ball Nut PN5669501 CLIN 0003 100 ea Washer PN5669339 CLIN 0004 100 ea Washer PN5669340 CLIN 0005 100 ea Washer PN5669339 Delivery FOB Destination is six months ARO to Jacksonville Florida. Responsibility and Inspection: Nearest DCMA to awardees facility will inspect for government. The supplier is responsible for the coordination of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? (1) a combination of technical acceptability to include: delivery/ determination of responsibility, (2) past performance and (3) price. The combination of (1) and (2) being equal to (3). The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government, cost/price and other factors considered. Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror 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 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. (Feb 2006) to include: 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I . 52.219-6, Notice of Total Small Business Set-Aside. Alt I. Alt II . 52.219-8, Utilization of Small Business Concerns.52.219-9, Small Business Subcontracting Plan (ii) Alternate I, II. 52.219-14, Limitations on Subcontracting. 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, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities ,52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees. 52.225-13, Restrictions on Certain Foreign Purchases, 52.246-15 Cert of Conformance, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. Offerors shall include a completed copy of 52.212-3 and its ALT I with proposals. All clauses shall be incorporated by reference in the order. The following DFAR Clauses and provisions are applicable: 252.204-7004 Central Contractor Registration ALT A, 252.203-7001 Prohibition on Persons Convicted of Fraud of Other Defense Contract-Related Felonies, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7031 Secondary Arab Boycott of Israel, 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001, 252.211-7003 UID, 252.212-7001, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payment Program, and Electronic Submission of Payment Requests; 252.209-7004 Subcontracting with Firms That Are Owned of Controlled By a Terrorist Country, The Year 2000 Warranty - Commercial Items applies This announcement will close at 2:00 PM EST on 27 April 2006. Poin of Contact; Dolores Butler who can be reached at (904) 542-4452, FAX (904) 542-1098, or email dolores.butler@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. See Numbered Note: 1&12. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include firm fixed price(s),a completed copy of FAR 52.212-3,Complete POC mailing and remittance addresses, including email, 2) Discount for prompt payment, 3) Cage code, 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Statement of Conformance with specifications, 7) Significant technical information to evaluate conformance., GSA contract number if applicable, business size status. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. A minimum of 3 Past Performance evaluation surveys ( provided as attachment) must be completed by offerors customers with like or similar contracts from Government, FAA, State or Private Industry, submitted via fax to P.O.C (904) 542-1098 NLT 2:00 P.M EST 28 April 2006. The Government will assess each offerors past performance and reserves all rights of determination for factors considered. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFP. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFP. 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 can not be released as a public record under the FOIA. SEE AMMENDMENT FOR PAST PERFORMANCE EVALUATION SURVEY.
 
Place of Performance
Address: TBD
Country: USA
 
Record
SN01032147-W 20060422/060420222015 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.