Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
SOLICITATION NOTICE

99 -- Container Canopies

Notice Date
9/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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
N0060418Q4090
 
Response Due
9/24/2018
 
Archive Date
10/24/2018
 
Point of Contact
Lee Thomas 808-473-7532
 
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 for commercial items found at 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 (https://www.neco.navy.mil/). The RFQ number is N0060418Q4090. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20180824. 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 33999 and the Small Business Standard is 500 Employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP FLC Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the supplies and customized equipment assembly for the below contract line items (CLINS). CLIN 0001: Container Cover Quantity: Four (4) Minimum Specifications: -Length-40 feet -Width-40 feet -Height-21 feet -Frame- 2 3/8 galvanized steel -Wind Rating-Up to 120 mph -UV Specification-AATC CLIN 0002: Container Cover Flap Quantity: Two (2) Minimum Specifications: -Overlaps container cover -Wind Rating-Up to 120 mph -UV Specification-AATC CLIN 0003: Container Cover End Flap Quantity: Four (4) Minimum Specifications: -Fabric end panel-40 feet -Frame-40 feet -Roll up fabric door- 12 feet x 12 feet CLIN 0004: Shipping Costs shall be FOB Destination to NAVSUP FLC Pearl Harbor, Ocean Terminals Code 430, 1942 Gaffney Street, Bldg. 9478, JBPHH, HI 96860-4549 The following attachments are applicable: Attachment 001 FAR 52.212-3, with Alt 1 Provision Offerors are to complete Attachment 001 FAR 52.212-3, with Alt 1 Provision (if there are any changes). Failure to include these attachments with your quote as may result in your offer being deemed unresponsive. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based on the Lowest Priced Technically Acceptable (LPTA) responsible offer. Offerors shall include in their quote all brand names and specifications, and their best lead time for shipping/delivery time for each line item. To be evaluated as technically acceptable the contractor shall (1) provide the quote and specifications as well as pricing for each CLIN. The Contracting Officer will rank offerors from lowest to highest price, and review the technical quotes of the three lowest priced offers, it those offers are rated technically acceptable, then award will be made without further evaluating quotes of the other offers. The following FAR provision and clauses are applicable to this procurement: 52.204-16Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.212-1 (Dev)Instructions to Offerors 52.212-3, Alt 1Offeror Reps and Certs 52.212-4Contract Terms and Conditions-Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 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 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. (End of Provision) 52.252-2Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7005Representation relating to Compensation of Former DoD Officials 252.204-7015Disclosure of Information to Litigation Support Contractors 252.211-7003Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations 252.223-7008Prohibition of Hexavalent Chromium 252.225-7000Buy American Act Balance of Payments Program Certificate Basic 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close 1000 hours (10:00 AM) Hawaii Standard Time on Monday, 24 September 2018. Contact Lee Thomas who can be reached via email: lee.thomas1@navy.mil. 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, and business size. Quote may be submitted via email to Lee Thomas at lee.thomas1@navy.mil. 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/N00604/N0060418Q4090/listing.html)
 
Record
SN05093556-W 20180920/180918230800-812e420223f08a188bc2e989666365c9 (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.