SOLICITATION NOTICE
39 -- Materials Handling Equipment
- Notice Date
- 6/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017810R1X01
- Response Due
- 6/21/2010
- Archive Date
- 8/31/2010
- Point of Contact
- Stacey Palivoda 540-653-8133 Stacey Palivoda,Voice: 540-653-8133,Fax: 540-653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at https://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. 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. The solicitation number is N00178-10-R-1X01 and is issued as a request for proposal. The Naval Surface Warfare Center, Dahlgren Division, intends to procure CLIN 0001 removal and replacement of one 25 ton Top running Trolley with a 25 ton hoist in accordance with the attached specifications. The site at NSWCDD will be available on June 11, 2010 at 10:00 am Eastern Time to observe conditions and measure dimensions. Vendors intending to conduct a site visit must notify the contract specialist at stacey.palivoda@navy.mil by 12:00 pm ET on June 9, 2010 and provide the following information; company name, full name of the individual attending, and citizenship. Any vendor not providing this information as required will not be given access to NSWCDD to perform this site visit. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. This solicitation document and incorporated clauses and provision are those in effect through Federal Acquisition Circulars 2005-41, Effective 13 May 2010 and Defense Acquisition Circular DCN 20100519. The North American Industry Classification System (NAICS) Code associated with this procurement is 333923 and the Federal Supply Classification (FSC) is 3950. The small business size standard is 500 employees. This requirement is set-aside for HUBZone Small Business participation. All offerors must include a completed copy of FAR 52.212-3, Alt. 1 Offeror Representations and Certification - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, as part of their proposal. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-2 Evaluation; 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 (Deviation); 52.225-13 Restrictions on Certain Foreign Purchases. Offerors must include a completed copy of the provision at 52.212-3 with its offer. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.232-7010 Levies on Contr! act Payments; DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil. The following local clauses will be incorporated: Ddl-F40 which will require the Offeror to give the Government notification if delivery will be late; Ddl-G50 which requires Offeror to submit invoices through Wide Area Workflow. This acquisition will occur via a Firm Fixed Price (Commercial) contract. Offerors must propose in accordance with the requirements stated in this combined synopsis/solicitation and in the attachment to be eligible for award. Clause 52.212-2 Evaluation -Commercial Items applies with the following evaluation factors 1) technical capability to meet the Government requirements, 2) past performance, and 3) cost. The closing date is June 21, 2010 at 12:00PM Eastern Time. Anticipated Award date is June 29, 2010. All pricing shall be FOB-Destination to the Naval Surface Warfare Center, Dahlgren Division 6220 Tisdale Suite 159, Dahlgren VA 22448-5114 between the hours of 7:00 AM and 2:30 PM on weekdays shall apply. No deliveries will be accepted on Federal holidays. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. All questions must be directed to the contract specialist at stacey.palivoda@navy.mil by 12:00 pm Eastern Time on June 15, 2010. Electronic proposal submission is encouraged at stacey.palivoda@navy.mil, but the proposal may also be faxed to 540-653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division, CXS11 Contract Branch, Attn: Stacey Palivoda Bldg 183 RM 102, 17632 Dahlgren Rd, Suite 157, Dahlgren, VA 22448-5110. Proposal should reference N00178-10-R-1X01.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R1X01/listing.html)
- Record
- SN02170062-W 20100609/100607234723-85370192c84fcf81a909b00fb00433d3 (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 |