SOLICITATION NOTICE
54 -- Deadmans PSI Concrete
- Notice Date
- 3/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327331
— Concrete Block and Brick Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412T3095
- Response Due
- 4/6/2012
- Archive Date
- 4/21/2012
- Point of Contact
- Nelson Uehara 808-473-7681
- E-Mail Address
-
nelson.uehara@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Deadmans PSI Concrete This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Parts 12 and 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 N00604-12-T-3095. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-57 and DFARS Change Notice 20120312. 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 327331 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 “ Twelve (12) each, Deadmans (4 ™x4 ™x4 ™) 2,500 PSI Concrete, to include rebar cage, two (2) each galvanized eye tie-down and two (2) each forklift slots. CLIN 0002 “ Four (4) each, Deadmans (4 ™x4 ™x2 ™) 2,500 PSI Concrete, to include rebar cage and one (1) each galvanized eye tie-down. CLIN 0003 “ 1 each, Delivery Charges Delivery Location is USS FRANK CABLE Polaris Point Road Santa Rita, Guam 96915. 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, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor “ Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - CCR; 52.213-1, Fast Payment Procedure; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; If quoters do not have a current ORCA registration, they 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 252.203-7005, Representations Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 and its ALT A, Central Contractor Registration; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act & Balance of Payments; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.232-7010, Levies on Contract Payments; SUP 5252.243-9400, Authorized Changes only by the Contracting Officer; This announcement will close at 10:00 AM Hawaii Standard Time on 6-April-2012. Contact Nelson Uehara who can be reached at (808) 473-7681 or email nelson.uehara@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. Oral communications are not acceptable in response to this notice. 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, 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. Email quotes to nelson.uehara@navy.mil, reference solicitation N0060412T-3095 in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3095/listing.html)
- Record
- SN02706603-W 20120329/120327235146-3652c642bb5f366d8d2dcd573a2e0452 (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 |