SOLICITATION NOTICE
23 -- REFURBISH ROADMASTER 32 FT TRAILER
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336213
— Motor Home Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018911T0382
- Response Due
- 8/25/2011
- Archive Date
- 9/9/2011
- Point of Contact
- SUSAN ROBERTS 757-416-1993
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- 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 found at FAR 13 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 N00189-11-T-0382. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. 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 336213 and the Small Business Standard is 1000. The proposed contract is 100% set aside for small business concerns and will be made as a Firm Fixed Price Commercial type contract. The NAVSUP Fleet Logistic Center, Norfolk requests responses from qualified sources capable of providing: The Contractor shall furnish all labor, materials, supplies, equipment, tools, and transportation to refurbish (1) Road Master 32 Foot, 7000lb Trailer (see Performance Work Statement for line item descriptions, quantities, and unit of issue). Trailer will be utilized by Security, Fire Department, Medical and Emergency Management personnel during disasters or natural emergencies. Delivery Period shall be 120 days from the award of the contract. Trailer Location is: 11900 #119 Livingston Road Manassas, VA. 20109. Quotes will only be accepted from vendors located within 100 miles of Manassas, VA 20032. A Site visit has been scheduled for 10:00 am on Friday 19 August, 2011 at the trailer location listed above. All interested vendors must attend. Please send an email to Susan.roberts2@navy.mil and darryl.m.hart@navy.mil if you will be attending the site visit. Quotes will not be accepted from vendors not attending the site visit. Responsibility and Inspection: As specified in the attached Performance Work Statement. 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 [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.223-18 Contractor Policy to Ban Text messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.233-3 Protest after Award Additional Clauses that apply: 52.215-5 Facsimile Proposals (OCT 1997). (Fax Number: 757-443-1424) 52.247-34 FOB Destination 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 252.212-7000, 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 including 252.204-7004 Alternate A, Required Central Contractor Registration. (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.247-7023 Alternate III Transportation of Supplies by Sea (MAY 2002). 252.232-7010, Levies on contracts and payments 252.232-7003 Electronic Submission of Payment Requests 5252.NS-046P, Prospective Contractor Responsibility This announcement will close at 1600 EST on Thursday 25 August 2011. Contact Susan C. Roberts who can be reached at 757-443-1437 or email susan.roberts2@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources within the specified 100 mile radius may submit a quote which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0382/listing.html)
- Record
- SN02535044-W 20110817/110815235716-dd8fa772a0a600d1cfd5f1325fd83b6a (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 |