Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

23 -- BOATMASTER TRAILER UPGRADE KITS

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0225
 
Response Due
5/17/2011
 
Archive Date
6/1/2011
 
Point of Contact
Juana Perez 619 532-2556
 
E-Mail Address
BOATMASTER TRAILER UPGRADE KITS
(juana.perez@navy.mil)
 
Small Business Set-Aside
N/A
 
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 RFQ number is N00244-11-T-0225. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2007913. 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 336214 and the Small Business Standard is 500. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The proposed contract action is for a brand name only. The brand name and associated equipment of the products are as listed below: CLIN 0001 3410 Sea Ark Upgrade Kits for 10K Capacity QTY: 7 Manufacturer: JDCI BoatMaster Part No. SA-UPGR-Kit3410 1 KIT CONSITS OF THE FOLLOWING ITEMS: AXTDF10-72-00 AXLE TORSION 10,000# 72-0 DEG (AXLE ONLY) 3 ea HU8-10-HUBCOMP3410 HUB ONLY 10K 2 ea BRKD13-10KCAD/SS KODIAK 13" CAD ROTOR/SS CAL 10K-865 (2-SS/CALIPERS, 2-HUBS WITH ROTORS ATTACHED, 2-MOUNTING BRACKETS 2 ea HU8PB-5000-KIT 10K BEARING KIT COMPLETE (1-INNER "25850", 1-OUTER "25580" BEARINGS, 1-GREASE SEAL, 1-GREASE CAP AND 8-LUG NUTS) 6 ea TIA175R235I-8PTD TIRE 235/75R17.5 I RAD W/ 8LUG RIM 7 ea MISMISC SPACER KIT FOR FENDERS (12-1" ALUM SPACERS PER TRAILER) 1 ea MISMISC HARDWARE FOR AXLES (24 - 5/8" X 1 3/4" BOLTS, 24 - 5/8" NUTS AND 48 - 5/8" WASHERS) 1 ea MISMISC HARDWARE FOR SPACERS (18 -3/8" x 2 1/2" BOLTS, 2 - 3/8 X 6 1/2" BOLTS, 20 - 3/8" NUTS AND 40 - 3/8" WASHERS) 1 ea MISMISC HARDWARE FOR BRAKE BRACKETS (20 - 1/2" x 2 1/2" BOLTS, 20 - 1/2" NUTS AND 40 - 1/2" WASHERS CLIN 0002 5/8-42 Stainless Steel Cable with no hook QTY: 14 Manufacturer: JDCI BoatMaster Part No. CAB058-42-SS In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. Delivery is 24 June 11; Delivery Location is San Diego, CA 92136 FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, 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 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-37 Employment Reports on Veterans 52.225-13 Restrictions on Foreign Purchases 52.247-34, F.O.B. Destination 52.249-1 Termination for Convenience of the Government (FFP Short Form) 52.252-2 Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001, Buy American Act and Balance of Payment Program DFARS 252-225-7002, Qualifying Country Sources as Subcontactors DFARS 252.243-7001, Pricing of Contract Modification DFARS 252-246-7000. Materials Inspection and Receiving Report SUP 5252.232-9402 Invoicing and Payment (WAWF) Inst This announcement will close at 1:00 PM on 17 May 2011 PST. For any information/questions regarding this procurement please contact Juana Perez at juana.perez@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Telephone communications is not acceptable. All responsible sources may submit a quote which shall be considered by the agency. 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 price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable Email is preferred quote submission. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0225/listing.html)
 
Record
SN02444318-W 20110512/110510234823-dc3026abc2ada60f5d53c335994d9586 (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.