Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
MODIFICATION

71 -- SPACEFINDER FURNITURE

Notice Date
9/10/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT WASHINGTON, 1014 N Street SE, Suite 400 Washington Navy Yard, Washington, DC, DC, 20374-5014
 
ZIP Code
20374-5014
 
Solicitation Number
N00600-02-Q-2370
 
Response Due
9/12/2002
 
Point of Contact
Shirley Green, Contract Specialist, Phone 202 433-3986, Fax 202 433-5414,
 
E-Mail Address
shirley_t_green@fmso.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 request for quote for the required items under RFQ N00600-02-Q-2370, subsequent solicitation document will not be issued. The Fleet and Industrial Supply Center Norfolk Detachment Washington is soliciting proposals on behalf of the Naval Criminal Investigation Service Headquarter (NCIS), Washington DC. The solicitation is made on an unrestricted Small Businesses full and open competitive basis from qualified organizations to award a Firm Fixed Price Contract. NCIS requires quotes on the following Brand Name Items. Item 0001 Tab Five-compartment unit Spacefinder Letter size cabinet (66 3/8"H) to house unit spacefinder equipment. Includes add on base, color - graphite blue (EI), P/H: 8271 - 34ea.; Item 0002 Tab Unit Spacefinder 6" Unit boxes, Letter size, color - Cool grey (KA), P/N: 5283 - 800ea.; Item 0003 Tab Unit Spacefinder 4" Unit boxes, Letter size, color-cool grey (KA), P/N: 5281 - 150ea.; Item 0004 Tab Unit Spacefinder file truck, color-graphite blue, 2 fixed/ 2swibel casters P/N:1870 - 8ea.; Item 0005 Labor charger to unbox/put 34 cabinets in place - 1 Lot; Item 0006 Labor charge to level 34 cabinets - 1 Lot; Item 0007 Shipping and inside delivery to 2nd floor, building 176, Washington Navy Yard, Washington DC. The following FAR provisions and clauses apply to this solicitation and are Incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (March 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 1999) (DEVIATION):, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00600-02-Q-2370, Provisions and clauses which have been incorporated are those In effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (APR 1999) (DEVIATION), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998, DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause - (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor Information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services To identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Responses to this solicitation are due no later that 2:00 p.m. (Washington, DC) time, 16 September 2002. All offers shall be sent to FISC Norfolk Det. Washington, Attn: Bid Room, Code 02W4.3, 1014 N Street SE, Bldg. 200, Washington, DC 20374-5014 and should reference RFP N00600-02-Q-2370. Proposals submitted via facsimile should reference RFP N00600-02-Q-2370 and be forwarded to 202-433-9569. In accordance with FAR 52.215-5, if the offeror chooses to transmit a facsimile proposal, the government will not be responsible for any failure attributable to the transmission or receipt of the facsimile proposal. Offerors should take into account that numerous proposals may be transmitted at the time of offer. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Solicitation Point of Contact is Shirley Green (Contract Specialist), at (202) 433-3986 or via e-mail at shirley_t_green@fmso.navy.mil or fax (202) 433-4514. The Award will be made to the offeror, which provides the best overall value to the Government. This requirement has a short turnaround time and will only be available for proposal until 16 August 2002 at 2:00p.m. NOTE: No bids will be accepted after the specified closing date and time.
 
Place of Performance
Address: Washington Navy Yard, Washington DC.
 
Record
SN00162713-W 20020912/020910213911 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.