The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 effective 16 JUNE 2010.
This procurement is unrestricted and the associated North American Industrial Classification Code (NAICS) 332420 with a business size standard of 500 employees applies to this procurement. The DPAS rating for this procurement is DO-S10.
All responsible sources may submit a quote which shall be considered by the agency.
Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B: Schedule of Supplies/Services
CLIN 0001 Cylinders 6208-V3-C1-PX-LX-BX mfr: CARLETON
Carbon composite tank built to DOT CFFC/E11194 spec. Minimum capacity of 1910ci, service pressure 5000psi, Nominal diameter 8.40", Nominal length 48.01", maximum weight 40lbs. Must be cleaned per RR-C-901 for O2 use. Valve must be Western part number 12540X1312-30P with CGS 540 outlet PRD set for 3000 psi service pressure. DOT certification Qty: 12 each
CLIN 0002 Cylinders 6208-V1-C1-PX-LX-BX mfr: CARLETON
Carbon composite tank built to DOT CFFC/E11194 spec. Minimum capacity of 1910ci, service pressure 5000psi, Nominal diameter 8.40", Nominal length 48.01", maximum weight 40lbs. Must be cleaned per RR-C-901 for O2 use. Valve must be Western part number 12347X1312-20Z with CGS 347 outlet PRD set for 5000 psi service pressure. DOT certification Qty: 6 each
Brand name or equal
Delivery in 30 days.
Deliver to: 1636 Regulus Ave. Virginia Beach, VA 23461
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions Jul 2004
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity
Jan 1997
FAR 52.204-7 Central Contractor Registration Apr 2008
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2009
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jun 2010
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Aug 2009
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003
FAR 52.232-36 Payment by Third May 1999
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987
FAR 52.246-25 Limitation of Liability - Services Feb 1997
FAR 52.247-34 F.o.b. Destination Feb 2006
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.212-7001
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jun 2010
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2009
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
CLAUSES INCORPORATED BY FULL TEXT:
Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.
All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.
FAR 52.209-1 Qualification Requirements (FEB 1995)
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(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: technical capabilities, past performance, price, all, when combined are comparatively equal. Government will award this contract based on best value to the government.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Tina Ford Contract Specialist
1636 Regulus Avenue, Virginia Beach, VA
Phone: 757-893-2865
Fax: 757-893-2957
Email address: [email protected]
SOFARS 5652.232-9003 Paying Office Instructions (2005)
(a) The Primary Contracting Office Payment Point of Contract for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; [email protected], Phone (757)893-2720 or Contstance Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; [email protected], Phone (757)-893-2717
(b) Payment will be made by the office designated in Block 12 of Standarad Form 26, Block 25 on Standard Form 33, Block 15 on DD Form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office
All responsible sources may submit a quotation which shall be considered by the agency Quotes must be received no later than 02:00 p.m. Eastern Standard Time (EST) on Tuesday, 6 July 2010. the offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes received after this time frame shall not be considered for award.
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements