Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
MODIFICATION

71 -- Palmer Snyder mobile folding tables

Notice Date
9/17/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-R-0041
 
Response Due
9/23/2002
 
Point of Contact
Cheryl Bernhard, Contract Specialist Intern, Phone 757-444-2385, Fax 757-444-4417, - Scott Wilkins, Contract Specialist Intern, Phone 757-444-2636, Fax 757-444-4417,
 
E-Mail Address
cheryl_a_bernhard@nor.fisc.navy.mil, scott_d_wilkins@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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-R-0041. 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. North American Industry Classification System code is 337127; the small business size standard is 500 employees. This acquisition is 100% small business set aside. FISC Habitability Division Norfolk intends to purchase the following furniture, brand name mandatory, for use on board a US Naval ship: CLIN 0001 Palmer Snyder Mobile Folding Table with Stools, Eight Seat (Model 59F988_MOD#3), 96" length x 29" height, folded height 58 5/8" +/-, Seat: Blue D, on aluminum 3003, 3/16?, with 4 ? 20 bolts and nuts, Top: antique white HPPL, rectangular two section, .090 aluminum with bracing, formica laminated and stainless steel trim edge, Stools: Mod #3, color blue, to be constructed of 3003, 3/16? aluminum beveled-edge profile and mounted with four ? - 20 bolts and nuts to 6? X 6? heavy-gauge plates welded to self-supported unitized frame. Frame: Opens and closes in single and synchronous operation controlled through cycle by combination of counterbalance and spring compression. Equipped with additional set of safety casters to provide extra protection against accidental tip over when table is being moved. Understructure is unitized and self-supporting with tops and seats used solely as use surfaces, not as structural or operation parts. End legs mounted on 4? ball-bearing locking swivel casters with 3? auxiliary wheels which become the chassis of closed table for easy rolling and compact safer storage. Positive, automatic locking in open or closed position. No bars, braces, or struts under table or from table seats to interfere with comfortable seating, ingress or egress. Pivot points metal with riveted fastenings. End leg members have double cross bars of 16-gauge 1? tubing, center legs are 16-gauge 1 3/8? tubing. Packing: Uncartoned blanket wrapped stools installed at point of delivery. Brand name and model mandatory, ship board approved, QTY 85, Unit of Issue EA. Delivery shall be FOB Destination. Delivery shall be to: USS Ronald Reagan CVN-76, 3311 West Ave., BLDG. 608, Newport News, VA 23607. Delivery date of 90 days after date of contract is required. Award of a firm fixed price contract on a brand name 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 or the SF 1449, 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. If the proposal is not submitted on the SF 1449, 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 (JUL 2002), and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with their proposal. Offerors may obtain copies of the SF1449 and representations and certifications by submitting a request via e-mail to the Contract Specialist, Cheryl Bernhard, at cheryl_a_bernhard@nor.fisc.navy.mil. The following clauses apply to this solicitation and are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); 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 (OCT 1997); 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 (NOV 2001). Response time: All responses to this solicitation are due 12:00 PM, local Norfolk time, on 23 September 2002, and offerors shall fax their responses to the Fleet and Industrial Supply Center (FISC), 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, Attn: Cheryl Bernhard, Code 201A2, Reference RFP N00189-02-R-0041at 757-444-4417.
 
Place of Performance
Address: USS Ronald Reagan CVN-76, 3311 West Ave., BLDG. 608, Newport News, VA
Zip Code: 23607
Country: usa
 
Record
SN00169415-W 20020919/020917213831 (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.