SOLICITATION NOTICE
42 -- Oil Boom and Accessories
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326299
— All Other Rubber Product Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0475
- Response Due
- 9/1/2011
- Archive Date
- 9/16/2011
- Point of Contact
- Michael Kutner 562-626-7074
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.kutner@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 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-0475. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the contractor s responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 326299 and the Small Business Standard is 500 employees. This requirement is a Competitive Total Set Aside for Small Business action. The NAVSUP FLC, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing Oil Boom and Accessories for the NAVFAC Engineering Service Center, Port Hueneme, CA as described below: CLIN 0001, Response-type oil containment boom or Equal Response-type oil containment boom manufactured IAW program spec BOOM-1 r5. Variables and/or deviations include: 24" OAH (approx 8 X 16). Float length NTE 30" for use on a boom reel. ASTM Universal Slide connectors, chain ballast. Specify the make and model of the proposed boom fabric. (2,000 feet) CLIN 0002, Permanent-type oil containment boom or Equal Permanent-type oil containment boom manufactured IAW program spec BOOM-1 r5. Variables and/or deviations include: 24" OAH, 100 oz. urethane coated polyester fabric, 100' sections, ASTM Universal Slide connectors. Specify the make and model of the proposed boom fabric. (1,500 feet) CLIN 0003, Tether system (ring floats) or Equal Tether system (ring floats), 7'6" inside circumference with 5' leash. Consists of stainless steel chain, poly filled rope floats, and rubber disks. Refer to enclosed "Tether Ring Round" drawing. (20 each) CLIN 0004, Boom Mooring Systems or Equal Boom Mooring Systems, 40# anchor, for 50' water depth, manufactured IAW program requirement BMS-1 r8. (2 each) Please see the BOOM-1 r5 requirements document attached. NOTES: Shipping will be coordinated by the Defense Contract Management Agency (DCMA). Describe what you are offering where necessary for clarity or to increase you competitive advantage. Indicate the material name and/ or model number if applicable Items shall be shipped FOB ORIGIN. DO NOT QUOTE FREIGHT. Inspection and Acceptance at ORIGIN. Delivery Date is 10 Weeks After Contract Award, or earlier. Final Delivery to US Naval Station Rota Spain (N62863). All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, 52.211-6, Brand Name or Equal; Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219.28, Post Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.227-7037, Validation of Restrictive Markings on Technical Data. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation s minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached OFFEROR'S PAST PERFORMANCE DATA form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 3:00 Local Time, September 1, 2011. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 8/26/11. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0475/listing.html)
- Record
- SN02542004-W 20110821/110819235457-e4a879efa8c04fa43caa232e8b7f4c21 (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 |