SOLICITATION NOTICE
12 -- Self Contained Breathing Apparatus (SCBA) Equipment
- Notice Date
- 4/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024416T0117
- Response Due
- 5/23/2016
- Archive Date
- 6/13/2016
- Point of Contact
- JEFF SCHROEDER 619-556-7952
- E-Mail Address
-
jeffrey.schroeder@navy.mil
(jeffrey.schroeder@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 (https://www.neco.navy.mil/). The RFQ number is N00244-16-T-0117. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160325. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333999 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: CLIN 0001- QTY 74- PART NUMBER: PAKX3314022200201- SCOTT SCBA AIR, 4.5 AIR PAK X3-CGA HARNES and BELT REGULATOR W/ QUICK CON HOSE-DUAL EBSS- NO AIRLINE SCBA AIR PAK-2013, 4.5 X3CGA/SH/QD, PASS, DEB “ SEE ATTACHED BRAND-NAME JUSTIFICATION. The proposed contract action is for a brand name only. The brand name and model number of the product(s) are: SCOTT SAFETY; PART NUMBER: PAKX3314022200201. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. Delivery forty-five (45) days after receipt of order (ARO); Delivery Location is San Diego, CA 92110. 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: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply]; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-41; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.239-1 Privacy or Security Safeguards 52.247-34 F.o.b. “ Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference [List any additional applicable FAR clauses] Quoters [shall include] OR [are reminded to 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: [list all applicable DFARS clauses from 212.301(f)] 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (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. (i)TECHNICAL CAPABILITY OF THE ITEM TO MEET THE GOVERNMENT REQUIREMENT (ii)DELIVERY (iii)PRICE (b) Factor (i) “ Technical Capability. Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A świll comply ť statement without accompanying technical specifications of services being offered is automatic failure under this factor. Failure to meet the minimum criteria may render the offer to be technically unacceptable and may be eliminated for consideration for award. Technical Criteria: 1.Offeror must provide Brand-name (exact match only) items. 2.Offeror must be an authorized distributor of the manufacturer-Scott Safety; provide proof. Only those Offers which meet the minimum requirements established by Factor (i) as delineated in the Brand Name Justification will be further evaluated under Factors (ii). (c) Factor (ii) “ Delivery. The number of days set (above) for delivery is determined critical to the need of the Government. Quotes with longer delivery date may be rated unacceptable. (d) Factor III “ Price. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. Price analysis, if needed, will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offer. This announcement will close at 12:00 (noon) pm PST on 23 May 2016. Contact JEFF SCHROEDER who can be reached at 619-556-7952 or email jeffrey.schroeder@navy.mil using subject line: RFQ N00244-16-T-0117 SCBA Equipment. 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. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0117/listing.html)
- Record
- SN04091676-W 20160423/160421234854-4f751f8dc2dc80d54e0ab977a29074d9 (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 |