The RFP Database
New business relationships start here

Pontoon Dock


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in in FAR Part 12 using Simplified Acquisition Procedures for commercial items found at FAR Part 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 N68836-17-Q-0421. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95_ and DFARS Publication Notice 20161222.
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 336612 and the Small Business Standard is 1000 (# of employees).

The Fleet Logistics Center Jacksonville requests responses from qualified sources capable of providing:

CLIN 0001
Item: Pontoon Dock
QTY/UI: 8/EA
Description:
DIMENSIONS: 36X20 FT
MFR: JET DOCK
PART NUMBER: C000000751

Delivery no later than 10/30/2017. Delivery Location is 2150 West Tyson Ave, Tampa, FL 33611. 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 System for Award Management, as prescribed in FAR 4.1105(a)(1)
52.204-16 Commercial and Government Entity Code Reporting, as prescribed in FAR 4.1804(a)
52.204-17 Ownership or Control of Offeror, as prescribed in FAR 4.1804(b)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, as prescribed in FAR 9.108-5(b)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, as prescribed in FAR 9.104-7(d)
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 b Commercial
Items
52.222-3 Convict Labor, as prescribed in FAR 22.202
52.222-19 Child LaborbCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-37 Employment Reports on Veterans, as prescribed in FAR 22.1310(b)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran
52.232-39 Unenforceability of Unauthorized Obligations, as prescribed in FAR 32.706-3
52.252-1Solicitation Provisions Incorporated by Reference, as prescribed in FAR 52.107(a)
52.252-2 Clauses Incorporated by Reference, as prescribed in FAR 52.107(b)

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.
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
252.203-7002 Requirement to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b)
252.204-7004 Alternate A, System for Award Management, as prescribed in DFARS 204.1105
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a)
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.243-7001 Pricing of Contract Modifications, as prescribed in DFARS 243.205-70
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)

This announcement will close at 5:00PM on 09/22/2017.
Contact David Cheetham who can be reached at (904)542-1103 or email david.s.cheetham1@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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, 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.

The proposed contract action is for a brand name only. The brand name and model number of the product(s) are:
MFR: JET DOCK
PART NUMBER: C000000751

The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals.
However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The proposed contract is 100% set aside for small business concerns.
******* End of Combined Synopsis/Solicitation ********

David Cheetham 904-542-1103

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP