This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 Streamline Procedures for Evaluation and Solicitation for Commercial Items and Subpart 13.5 Test Program For Certain Commercial Items of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under solicitation number N00189-11-T-0085. A subsequent solicitation document will not be issued. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-25 and DFARS Change Notice 20080513. The proposed contract action is for commercial supplies for which the government intents to negotiate with only one source: Safe Boats International, 8800 SW Barney White Road, Port Orchard, WA 98367, (360) 674-7161 FISC Norfolk intent to purchase the following item(s):
1.) SURC/RPB Bow Collar Section with Ballistics, P/N COLR0137
2.) SURC/RPB Mid Collar Section with Ballistics, P/N CPLR0138
3.) SURC/RPB Aft Starboard Collar Section with Ballistics, P/N COLR0139
4.) SURC/RPB Aft Port Collar Section with Ballistics,
P/N COLR0140
5.) Shipping Charges (if applicable)
The items are to as delivered NO LATER THAN 18 February 2011 to the following address:
V40540 Group Supply Officer, Commander Riverine Group One
3516 5th Street
Norfolk, Virginia 23459
The following FAR provision and clauses are applicable to this procurement:
52.204-7, Central Contractor Registration
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3 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
ââ¬Â¢ 52.222-3, Convict Labor
ââ¬Â¢ 52.222-19, Child Labor
ââ¬Â¢ 52.222-21, Prohibition of Segregated Facilities
ââ¬Â¢ 52.222-26, Equal Opportunity
ââ¬Â¢ 52.222-36, Affirmative Action for Workers with Disabilities
ââ¬Â¢ 52.222-50, Combating Trafficking in Persons
ââ¬Â¢ 52.225-13, Restrictions on Foreign Purchases
ââ¬Â¢ 52.232-33, Payment by Electronic Funds Transfer - CCR
ââ¬Â¢ 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans
ââ¬Â¢ 52.222-35 Equal Opportunity for Special Disabled Veterans
52.215-5, Facsimile Proposals
52.233-3, Protest After Award
252.204-7004 Alt A, Central Contractor Registration Alternate A
252.211-7003, Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items including
ââ¬Â¢ 252.225-7001, Buy American Act and Balance of Payment Program
ââ¬Â¢ 252.232-7003, Electronic Submission of Payment Request
ââ¬Â¢ 252.247-7023, Transportation of Supplies by Sea and its ALT III
252.232-7010, Levies on Contract Payments
5252.NS-0462P, Prospective Contractor Responsibility
At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D.
#, Duns #, and Cage Code. Responses to this solicitation are due on Wednesday 2 February 2011 by 4:30pm Eastern Standard Time. Offers can be emailed to
[email protected] or faxed to 757-443-1402 no later than the closing date and time to be considered for award. Reference: N00189-11-T-0085 on your proposal. NAICS 336612
Bid Protests Not Available