Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

68 -- Oxygen and Nitrogen

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
, Patuxent River, MD 20670
 
ZIP Code
20670
 
Solicitation Number
1300202499
 
Response Due
9/14/2011
 
Archive Date
3/12/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 1300202499 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-14 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Patuxent River, MD 20670 The USN NAVSUP FLC Norfolk requires the following items, Meet or Exceed, to the following: LI 001, AVIATORS BREATHING OXYGEN: TYPE II LIQUID, 99.6% PURE IN ACCORDANCE WITH MILITARY SPECIFICATION MIL-PRF-27210H DATED 1 OCTOBER 2009 (ATTACHMENT 1). THE TOTAL ESTIMATED USAGE DURING THE PERIOD OF PERFORMANCE OF 19 SEPTEMBER 2011 THROUGH 18 SEPTEMBER 2012 IS 75,000 GALLONS., 75000, GAL; LI 002, LIQUID NITROGEN, TECHNICAL TYPE II: GRADE B, 99.5% PURE, CLASS I, OIL FREE IN ACCORDANCE WITH COMMERCIAL ITEM DESCRIPTION A-A-5903C DATED 3 MARCH 2011 (ATTACHMENT 2). THE TOTAL ESTIMATED USAGE DURING THE PERIOD OF PERFORMANCE OF 19 SEPTEMBER 2011 THROUGH 18 SEPTEMBER 2012 IS 65,000 GALLONS., 65000, GAL; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USN NAVSUP FLC Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USN NAVSUP FLC Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, 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 2005-52 and DFARS Change Notice 20110331. 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 325120 and the Small Business Standard is 1,000. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers 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/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.204-7 - Central Contractor Registration (April 2008)52.212-1 - Instructions to Offerors - Commercial Items (June 2008)52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A (September 2007)252.211-7003 Alt I - Item Identification and Valuation (Aug 2008) Alternate I (August 2008) 52.212-3 - Offeror Representations and Certifications--Commercial Items (October 2010) Alternate I (April 2002)52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2011) to include: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010) 52.219-28 - Post Award Small Business Program Representation (April 2009)52.222-3 - Convict Labor (June 2003)52.222-19 - Child Labor - Cooperation with Authorities and Remedies (July 2010)52.222-21 - Prohibition of Segregated Facilities (February 1999)52.222-26 - Equal Opportunity (May 2007)52.222-36 - Affirmative Action for Workers with Disabilities (October 2010)52.223-18 - Contractor Policy to Ban Text Messaging while Driving (September 2010)52.225-13- Restriction on Foreign Purchases (June 2008)52.232-33- Payment by Electronic Funds Transfer-CCR (October 2003)252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (December 2010) to include: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (January 2009)252.225-7036 Alt I - Buy American Act- Free Trade Agreements ? Balance of Payments Program (December 2010)252.232-7003- Electronic Submission of Payment Requests (March 2008)252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (November 2010)252.225-7035Alt I - Buy American Act-Free Trade Agreement-Balance of Payments Program Certificate252.232-7010 - Levies on Contract Payments (December 2006)5252.NS-046P - Prospective Contractor Responsibility (1 Aug 2001) (FISC Norfolk)5252.232-9402 ? Wide Area Workflow (WAWF) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical and 2. Price. The vendor shall submit: a. Product certification which states that each vendor is compliant with and meets the requirements of (a) MIL-PRF-27210H dated 1 October 2009 and (b) Commercial Item Description A-A-5903C dated 3 March 2011.b. A signed statement that certifies that the vendor?s intended products meet the requirements of MIL-PRF-27210H dated 1 October 2009 and (b) Commercial Item Description A-A-5903C dated 3 March 2011. The Government will evaluate each vendor?s technical submission acceptable (pass) or unacceptable (fail). Pass (P): The vendor?s submission is responsive to all aspects of the solicitation. The submission presents the necessary deliveries. No deficiencies noted. Fail (F): The vendor?s submission or portion thereof, is unacceptable and clearly inadequate and fails to meet explicit and implicit Request for Quotation (RFQ) requirements. The vendor?s submission fails to adequately demonstrate deliveries outlining performance of the same or similar functions. Only through discussions and a revision to the proposal could the Technical Proposal be deemed acceptable. No reasonable chance of being selected for award as currently submitted. Note: If the Contracting Officer determines that a vendor?s Technical Submission is unacceptable, that vendor?s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/1300202499/listing.html)
 
Place of Performance
Address: Patuxent River, MD 20670
Zip Code: 20670
 
Record
SN02566053-W 20110909/110908000149-c02830f61176e1ee3f887bcf5c94d10d (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.