Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
MODIFICATION

99 -- Ship Decking Material

Notice Date
12/6/2001
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N0018902T0140
 
Response Due
12/10/2001
 
Archive Date
12/25/2001
 
Point of Contact
Scott Wilkins, Contract Specialist Intern, Phone 757-444-2636, Fax 757-444-4417 - Jack Pendleton, Supervisory Contract Specialist, Phone 757-445-1444, Fax 757-445-2666
 
E-Mail Address
scott_d_wilkins@nor.fisc.navy.mil, john_a_pendleton@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The following Amendment 0001 is hereby issued to administer the following change: CLIN 0005; The necessary thickness for PRC underlayment is minimum 1/4". End This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00189-02-T-0140. The solicitation is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures in accordance with FAR 13.5 under the authority of the Clinger-Cohen test program for commercial items. This solicitation document incorporates provisions and clauses listed in effect through Federal Acquisition Circular (FAC) 01-01. North American Industry Classification System code is 325211; the small business size standard is 750 employees. This acquisition is 100% small business set aside. This requirement is brand name or equal. Equal in regards to this requirement means that the product shall be identical to the brand name application and color stated below. FISC Habitability Division Norfolk intends to purchase decking material for use on board a US Naval ship. This requirement is brand name or equal for PRC flooring, sealer, and associated products as identified below: CLIN 0001 Intershields Proreco Kit (PRA 250/5/A Membrane Kit) or equal Part A PRA 250 five gallon short filled Part B PRA 251 one gallon short filled (approx. 11,025 SQ. FT.) CLIN 0002 Intershield Proreco 508 Kit or equal Part A PRA 557/Haze gray paint one gallon short filled Part B PRA 560 one-half gallon short filled (approx. 6,300 SQ. FT.) Part A PRA 559/ Navy Blue paint one gallon short filled Part B PRA 560 one-half gallon short filled (approx. 2,475 SQ. FT.) Part A PRA 554/Brick red paint one gallon short filled Part B PRA 560 one half gallon short filled (approx. 2,475 SQ. FT.) CLIN 0003 Intershield 589 or equal GMA 700 White chips 25 LB. Per box (approx. 12,500 SQ. FT.) CLIN 0004 Intershield 609 Kits or equal Part A PRA 610/1/A Clear sealer one gallon short filled Part B PRA 611 one-half gallon short filled (approx. 42,075 SQ. FT.) CLIN 0005 Underlayment with ?" thickness/ LC114 or equal (approx. 7,650 SQ. FT.) The underlayment shall conform to MIL Spec: MIL-PRF-3135 (supercedes MIL-D-3135), Type I, Class 2. The Cosmetic Polymeric (Monolithic Seamless) deck covering shall be in accordance with military specification (MIL SPEC): MIL-PRF-24613 (supercedes MIL-D-24613), Type II, Class 2. Manufacturer of the material shall be as listed in "Qualified Products List QPL 24613". Part numbers specified must be provided in sufficient quantities to cover the square footage specified . When responding to this requirement, offerors shall identify the unit of issue they are using such as 1 gallon can, kit, etc. and the square footage it will cover. Delivery shall be FOB Destination with delivery to USS Nassau LHA-4, Norfolk Naval Base, Norfolk, VA, Mark for: USS Nassau LHA-4, FPO AE 09557-1615, Requisition: V2072512968A00. Delivery date of 28 December 2001 (approximately 14 days after date of contract) is required. Award of a firm fixed price contract on a brand name or equal basis is designated. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000). Offerors are required to submit the following: a written proposal on letterhead, signed and dated that contains the requested supplies with unit prices(s), extended price(s), prompt payment terms, remittance address if different than the mailing address, descriptive literature of items being quoted, solicitation number, time specified in the solicitation for receipt of proposals, name, address, and telephone number of the offeror, terms of any express warranty. All proposals shall contain all other responses/documentation specified in the SOW. Responses shall include a statement specifying the extent of the agreement with all terms, conditions, and provisions in this solicitation. Responses that fail to furnish the required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. Provision FAR 52.212-2, Evaluation-Commercial Items (JAN 1999): The Government will award a firm fixed price purchase order resulting from this solicitation. The respondent whose proposal conforms to the solicitation and offers the lowest priced, technically acceptable offer shall be the recipient of the award. Offerors' responses shall include a completed copy of the representations and certifications at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2001), and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with their proposal. The following clauses apply to this solicitation and are hereby incorporated by reference: FAR 52.211-6, Brand Name or Equal (August 1999); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2001); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2001) (DEVIATION); FAR 52.215-5, Facsimile Proposals (MAY 2001); FAR 52.232-33 Payment By Electronic Funds Transfer - Central Contractor Registration (MAY 1999); FAR 52.219-6 Notice of Small Business Set Aside (JUL 1996). The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2001) (DEVIATION), and DFARS 252.204-7004, Required Central Contractor Registration (MAR 2000). Response time: All responses to this solicitation are due by 1600 PM local Norfolk time, on 10 December 2001, and offerors shall fax their responses via facsimile machine at 757-444-4417. Offerors may alternately choose to send their responses to the Fleet and Industrial Supply Center (FISC), 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, Attn: Scott Wilkins, Code 201A, (Voice)757/444-2636, Reference RFP N00189-02-T-0140.
 
Place of Performance
Address: Norfolk, VA
Zip Code: 23511
Country: USA
 
Record
SN20011206/00001401-011207191125 (fbodaily.com)
 

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.