Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

J -- Submarine Shipboard Sanitary Tank Cleaning

Notice Date
10/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Naval Shipyard Annex Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018912QPC05
 
Response Due
11/1/2011
 
Archive Date
5/1/2012
 
Point of Contact
Evan Coburn 207-438-1630 Patricia Vachon
 
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 N00189-12-Q-PC05. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-21 and DFARS Change Notice 20071207. 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 562998. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ITEMS 0001 “ 0003 VENDOR SERVICES TO CLEAN SANITARY TANKS #1, #2, & #3 ON A U.S. NAVY SUBMARINE AT PORTSMOUTH NAVAL SHIPYARD. PERIOD OF PERFORMANCE IS 11/07/11 TO 11/23/11 ITEM 0004: EXHIBIT A, SEQ A001 “ VENDOR SHALL PROVIDE CERTIFICATION OF QUALITY COMPLIANCE FOR ITEMS 0001 - 0003 SEE ATTACHMENT FOR COMPLETE SPECIFICATIONS 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 and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-28, Post Award Small Business Representation- 52.222-19, Child Labor-Cooperation With Authorities and Remedies “ 52.222-21, Prohibition of Segregated Facilities “ 52.222-26, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans “ 52.222-36, Affirmative Action for Workers with Disabilities “ 52.225-3, Buy American Act-Free Trade Agreements-Isreali Trade Act “ 52.225-5, Trade Agreements “ 52.232-29, Terms for Financing of Purchases of Commercial Items. 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: 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. This announcement will close at 8:00 AM ET on 11/1/2011. Contact Evan Coburn at 207-438-1630 or email evan.coburn@navy.mil. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. 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. Technically acceptable offers will be evaluated based on the following criteria: Past Performance Price Past performance is more important when compared to price. Central Contractor Registration (CCR): Offerors 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/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. All quotes must be sent via fax (207-438-1251) or mail: Portsmouth Naval Shipyard Evan Coburn Code 530.EC NAVSUP Fleet Logistics Center Norfolk, Portsmouth Annex Portsmouth, NH 03801 All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, CAGE Code, business size, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. End of Combined Synopsis/Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018912QPC05/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03904
 
Record
SN02613869-W 20111029/111027234228-718e8ed8908d720a5f154089076f24b8 (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.