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 (http://www.neco.navy.mil/). The RFQ number is N00189-11-T-0118. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20110202.
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 336214 and the Small Business Standard is 500. The proposed contract is 100% set aside for small business concerns.
The Fleet and Industrial Supply Center Norfolk intends to make award on a sole source basis to J.D.C.I. Enterprises., for 6 each MOD 1 Kits for RPB Trailers Pallatized.
(CLIN 001): QTY 6 Each MOD 1 Kits for RPB Trailers Pallatized
P/N RTT-SB-MOD 1-KIT
INCLUDES KITS FOR:
BOW TOP
V-SUPPORT
MATT FENDER
BRAKE SHUTOFF VALVE
LIGHTS
GEAR BAG
WINCH STAND
JUNCTION BOX
UTILITY STORAGE BASKET
CENTER BUNKS AND PAINT TOUCH UP
MOD 1 WINCH STAND AND WINCH COMPLETE
Delivery is F.O.B.
Destination to COMMANDER RIVERINE GROUP ONE. 3516 5TH STREET. NORFOLK, VA 23511. Please indicate the best delivery time frame. 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 Central Contracting Registration
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 Offeror Representations and Certifications - Commercial Items and ALT I
ââ¬Â¢ The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov
52.212-4 Contract Terms and Conditions - Commercial Items
Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items the following clauses apply and are incorporated by reference:
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
52.222-35 Equal Opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans
52.222-37 Employment reports on Disabled Veterans,
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases
52.232-36 Payment by Third Party
52.233-2 Service of protest
52.215-5 Facsimile Proposals
52.247-34 F.O.B.
Destination
The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.204-7004 Required Central Contractor Registration. Alternate A
252.211-7003 Item Identification & Valuation
252.232-7010 Levies on Contract Payments
Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference:
52.203-3- Gratuities
252.225-7001 Buy American Act and Balance of Payment Program
252.247-7024 Alt 1 Notification of Transportation of supplies by sea
252.243-7002 Request for equitable adjustment
252.225-7012 Preference on certain commodities
252.225-7000 Buy American Act-Balance of Payments Program Certificate
(a) Definitions.
Commercially available off-the-shelf (COTS) item, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation.
(b) Evaluation. The Government--
(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and
(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program.
(c) Certifications and identification of country of origin.
(1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that--
(i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and
(ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.
(2) The offeror certifies that the following end products are qualifying country end products:
-----------------------------------------------------------------------
(Line Item Number Country of Origin)
-----------------------------------------------------------------------
(Country of Origin)
(3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'':
(Line Item Number)-----------------------------------------------------
(Country of Origin (If known))-----------------------------------------
Responses to this solicitation are due by 12PM FEBRUARY 15, 2011.
The NECO website has a ââ¬Åsubmit bidââ¬ï¿½ button next to the solicitation number. DO NOT use the ââ¬Åsubmit bidââ¬ï¿½ button on NECO to submit your proposal. Offers can be emailed to
[email protected] or faxed to 757-443-1389, Attn: David Brown. Telephone: 757-443-1455. Reference RFQ: N00189-10-T-0118 on your quote. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered Notes apply. Offeror(s) must be registered in the Central Contractor Registration (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) (unit price, extended price, total price), confirmation of required delivery timeframe for each item, a point of contact: name, phone number & email, Cage Code, Duns # and 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 ********
Bid Protests Not Available