Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

51 -- Riveting tools and ancillary materials.

Notice Date
9/12/2008
 
Notice Type
Presolicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0679
 
Response Due
10/6/2008
 
Archive Date
10/21/2008
 
Point of Contact
Daniel R. Mahan 8059822190<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13.5 Test Program for Commercial Items. This announcement constitutes the only solicitation. A Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The RFQ number is N00244-08-T-0679 and will be posted on both FEDBIZOPPS (www.fbo.gov) and NECO (www.neco.navy.mil). The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-26 and DFARS-DCN 20080812. This solicitation is issued as other than full and open competition. The pertinent NAICS Code is 423840; the pertinent size standard is 100 employees. The Government has a requirement for 584 different line items associated with riveting tools and ancillary materials for a base year and three option years. The complete material list is contained in Enclosure (1). Enclos! ure (2), Statement of Work, describes requirement specifics. Enclosure (3) provides the Past Performance Data Sheet. General Instructions FOB Destination is applicable to this solicitation. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center-SW, San Diego, CA 92135. The following provisions and clauses are applicable and are hereby incorporated into the solicitation by reference. The full text of the clauses/provisions from the FAR and DFARS can be accessed via the Internet using the following website addresses - www.arnet.gov/far/ and http://farsite.hill.af.mil/vfdfarspdf.htm. It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2007). NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation - Commercial Items (JAN 1999). The Government intends to make one Firm Fixed Price Requirements contract resulting from this solicitation 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 the quotation: Factor (1) Technical Capability. To be determined technically acceptable, the contractor must furnish information, e.g.: descriptive literature that provides sufficient technical information for the products being offered to be evaluated by the Government. Data must be submitted in accordance with FAR 52.212-1(b)(4). Provide information in an electronic (pdf preferred) if possible. Contractors meeting Factor (1) will have their quotation further evaluated under Factors (2) and (3). Factor (2) Past Performance.Contractors are required to provide Past Performance data on your companies' two most recently completed federal government contracts (Not to exceed (3) years since completion) for like or similar material and services required by this solicitation. If you do not have federal government contracts, list state, local or commercial contracts. Provide contract number, date of contract, quantity, unit price, total cost and the name of government activity or commercial company, point of contact/phone number. This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. Information should be provided on the Past Performance Data Sheet. Information utilized will be obtained from these references as well as any other sources who many have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. Factor (3) Pricing.Contractors must provide a current unit pricing for all CLINs specified for the Base Year and all option years and a total cost for the Base Year and option years quoted. The unit price shall remain constant throughout the base year and any subsequent option year (price may change year-to-year). Only those offers which are determined by the Contracting Officer to have an acceptable Factor (1), TECHNICAL CAPABILITY, will be further evaluated under Factors (2) and (3). In the second step of evaluating those offers determined under Factor (1) to be acceptable, Factor (2), PAST PERFORMANCE, is considered more important than Factor (3), PRICE. Offeror's PRICE will be the final discriminate in the evaluation. Should Factors (1) and (2) be equal between/amongst competing offerors, the offeror with low price will prevail. Quotations which take exception and do not meet the government's requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the government intends to evaluate quotations without discussions and award a Firm Fixed-Price contract. Each initial offer should contain the contractors best terms from technical, delivery and pricing standpoint. The following clauses are applicable to this combined synopsis/solicitation - FAR 52.204-7 Central Contractor Registration (JUL 2006); 52.212-3, Offeror Representation and Certifications-Commercial Items ALT I (APR 2002) - NOTE: 52.212-3 is considered a "fill-in." All applicable fields must be completed. Submit this provision with your quotation unless your firm is registered in the ORCA system. Also applicable - FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007); 52.216-21 Requirements (OCT 1995); 52.217-5 Evaluation of Options (JUL 1990); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.232-18 Availability of Funds (APR 1984); 52.232-36 Payment by Third Party (MAY 1999); FAR 52.247-34 FOB Destination (NOV 1991); DFARS 252.225-7000 Buy American Act-Balance of Payment Program Certificate (JUN 2005); 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005); and 252.232-7009 Ma! ndatory Payment by Governmentwide Commercial Purchase Card (DEC 2006). Also, FISC-SD Local Clauses 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); and 333 Non US Navy Owned Cranes (AUG 2004). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2007) applies with following applicable clauses for paragraph (b): 52.219-8 Utilization of Small Business Concerns (MAY 2004); 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The following DFARS clause applies - DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) to include by reference 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007); 252.225-7014 Preference for Domestic Specialty Metals (JUN 2005); 252.232.7003 Electronic Submission of Payment Requests (MAR 2007); and 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). IMPORTANT NOTICE: DFARS 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) is required. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 1-888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to daniel.mahan@navy.mil no later than 1200 1 October 2008. Proposals (original and one copy) are due 6 October 2008 by 1200 local time at the Fleet and Industrial Supply Center San Diego - Port Hueneme, Naval Base Ventura County, 3350 Patterson Road, Building 801, Port Hueneme, CA 93043, ATTN: Daniel R. Mahan, 805/982-2190. Quotes may be emailed to Daniel R. Mahan at daniel.mahan@navy.mil. In order to hand deliver offers, carriers must check in at the Pass and Identification Office located at CBC Port Hueneme Base, Port Hueneme, CA, Building 1183 (adjacent to the Sunkist Gate on Ventura Road) Phone: 805-982-5003. Offerors are cautioned to leave enough time to be processed by the Pass and Identification Office. A valid driver's license and evidence of vehicle registration and insurance will be required at Building 1183. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. Caution to Offerors: No contract will be awarded under this solicitation at greater than reasonable prices.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3e85f452d2be85ea33d7717fd3989757&tab=core&_cview=1)
 
Record
SN01668602-W 20080914/080912221330-379437a463a8bc3f5e8b58631e173dba (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.