Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
SOLICITATION NOTICE

W -- Rental of Food Preparation and Serving Equipment Change of Command Ceremony for USS Sterett (DDG 104)

Notice Date
3/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532289 — All Other Consumer Goods Rental
 
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
N0024418Q0097
 
Response Due
3/23/2018
 
Archive Date
4/6/2018
 
Point of Contact
Leliza G. Sarino 619-556-7742
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supply prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items - FAR 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 N00244-18-Q-0097. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Change Notice 20171228. 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 this address: http://farsite.hill.af.mil/. The NAICS code is 532289 and the Small Business size is 7.5 M. This solicitation is 100% set aside for Small Business. The NAVSUP Fleet Logistics Center San Diego requests responses from business concerns capable of providing: CLIN 0001 QTY 1 UNIT GRP “ RENTAL PARTY EQUIPMENT SEE ATTACHED STATEMENT OF WORK (SOW) TERMS AND CONDITIONS: 1)Quotes: All or Nothing 2)Period of Performance 10-12 October 2017; F.O.B. Destination “ San Diego, CA 92136-4200 3)Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 4)Payment: Wide Area Work Flow (WAWF) 5)Contract Award: It is intended to award a single Firm Fixed Price Contract to offeror that is evaluated technically acceptable, past performance, delivery and price. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.209-2 Prohibition on Contracting with Inverted domestic Corporations-Representation 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 [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]. 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.239-1 “ Privacy or Security Safeguards (AUG1996) 52.247-34 F.o.b. “ Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 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) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7010 Levies On Contract Payments 252.239-7017 Notice of Supply Chain Risk (NOV 2013) 252.239-7018 Supply Chain Risk (NOV 2013) 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)PAST PERFORMANCE (iii)PRICE Technical and past performance, delivery, when combined, are approximately equal to 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 œwill comply  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. Only those Offers which meet the minimum requirements established by Factor (i) as delineated in the SPECIFICATION sheet will be further valuated under Factors (ii). (c) Factor (ii) “ Past Performance The offerors ™ proposal shall provide at least 1 year experiences. (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 combined synopsis/solicitation will close at 1600 PST on 23 March 2018. Submit quote via email to Leliza.sarino@navy.mil using subject line: RFQ N0024418Q0096 CHANGE OF COMMAND CEREMONY. All responsible sources may submit a quote which will 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), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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/N0024418Q0097/listing.html)
 
Record
SN04862334-W 20180323/180321231233-17ac5f17cda3e00bff89bee3713c8c03 (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.