SOLICITATION NOTICE
R -- Relocation of Archival and Artifact Collections of the Navy Supply Corps Museum Located at the Navy Supply Corps School, Athens, Georgia
- Notice Date
- 2/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488991
— Packing and Crating
- Contracting Office
- N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883610T0072
- Response Due
- 2/22/2010
- Archive Date
- 2/23/2010
- Point of Contact
- Jennifer Reeder 904-542-1063
- 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. The solicitation number is N68836-10-T-0072. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30. 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 488991 and the Small Business Standard is $25.5M. This procurement is a 100% small business set-aside. The FISC Jacksonville Contracting Department requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): CLIN 0001 Relocation, Inventory, Packaging, Handling, and Transportation of Artifacts and Archival Materials from the Navy Supply Corps Museum, Athens, GA. The period of performance shall be from date of award to 31 August 2010. This contract will be a firm-fixed price contract. The following FAR provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror Representations and Certifications- Commercial Items. Clause 52.212-4, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-a! side. The following DFARs clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program; 52.203 Gratuities; 252.227-7015 Technical Data-Commercial Items; and 252.232-7003 Electronic Submission of Payment Requests. Additional provisions include Invoicing Instructions and Payment for Supplies submitted through Wide Area Workflow. Vendors must be self-registered in WAWF at the following website: https://wawf.eb.mil. For more information contact the WAWF Team at 800-559-9293. Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Registration is free and can be completed on-line at http://www.ccr.gov. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company mailing and remittance addresses, 2) cage code, 3) Dun & Bradstreet number, 4) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the lowest priced technically acceptable offer 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 - a combination of price, technical capability, and delivery schedule. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability to meet all specifications and requirements. Interested vendors may contact the contracting officer for additional information including the performance statement of work and additional information regarding technical evaluation criteria. This announcement will close at 1600 EST on 02/22/2010. Quotes shall be returned by email to jennifer.reeder@navy.mil no later than 1400 EST on 02/22/2010. Contact Ms. Jennifer Reeder who can be reached at 904-542-1063 for questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883610T0072/listing.html)
- Place of Performance
- Address: Navy Supply Corps Museum1425 Prince Street, Athens, GA
- Zip Code: 30606
- Zip Code: 30606
- Record
- SN02056984-W 20100205/100203235423-fe0c61b4fc5b7d69ae3125c063836703 (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 |