Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
MODIFICATION

J -- JO72 Shipboard Habitability wardroom

Notice Date
6/26/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107
 
ZIP Code
32228-0107
 
Solicitation Number
N68836-03-T-0203
 
Response Due
6/30/2003
 
Archive Date
7/15/2003
 
Point of Contact
Katherine Frisko, Purchasing Agent, Phone (904)270-5699 X146, Fax (904)270-6498,
 
E-Mail Address
Katherine_F_Frisko@jax.fisc.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 in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-03-T-0203 applies and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 332911 and the business size standard is 500 employees. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis to Provide and install Mil-P-17171, High Pressure Plastic Laminate, to the following various furnishing surfaces. Remove the following from shipboard location to contractors facility, Buffet and beverage cabinet counter tops, built-in bookcase apply to exposed surfaces, remove and install new plexiglass sliding doors. Entry door which shall have HPPL applied only to inward side of door also provide and install brass port lite frame on laminated side of door. Remove existing surface coverings, as applicable. Clean off all residue, prep cleaned surface and apply HPPL (IAW) In Accordance With manufacturer?s instructions. Return all pieces to shipboard location and install as to assure solid attachment to substrates, bases and frames. Provide material and fabricate fifteen full length nomex IAW military spec. MIL-C-24500 dinning chair covers with contrasting color piping, custom fitted, Hemmed skirt with corner pleats, with underskirt ties. Remove existing wall cover, provide and install approximately eightyone linear feet of FED SPEC CCC-W-408 Type II fabric backed vinyl wall cover, installed IAW NACSEA DWG. 804-5000991 using Fed Spec MMM-A-130 or A-A-1936 al provide and install approximately sixtyone linear feet of brass coated channel chair rail. Remove from ship and relocate to contractor?s facility two sofas? one three seat and one two seat, reupholster using MIL.SPEC. MIL-C-24500 or other NAVSEA approved fabrics, provide New waterfall style cushions and covers using only padding and cushioning that is IAW Mil. Spec MIL-R-20092, ty II, class 5 foams and wraps. On site performance required to provide and install HPPL to boxing on port bulkhead. All installed materials shall be IAW Fire Performance Requirements of MIL-STD-1623. Contractor shall provide manufacturers Certificates of Conformance to the above sited Mil and Fed specs. IAW Far Clause 52.246-15 prior to commencement of performance. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; provision 52.219-1alternate II Small business Program Representations. clause 52.219-6 Total small Business set aside, clause FAR 52.246-15 Certificate of Conformance (APR 1984), and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). ,FAR clause 52.222-41 Service Contract Act of 1965; clause 52.222-42 Statement of Equivalent Rates for Federal Hires, Far clause 52.209-6 Protecting the Government?s interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (7/95); FAR 52.215-5 Facsimile Proposals 52.215-5 FACSIMILE PROPOSALS (OCT 1997)Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, quality of product and delivery. Quotations must be received no later than 1:00 P.M, 30June2003. Offerors quotes must be in writing and may be faxed or mailed to the following. Attn: Katherine Frisko, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Mayport FL 32228. Fax 904-270-6498 Telephone 904-270-5699 x146.Alternate Mary Hart telephone 904-270-5699 X: 150. email address: Katherine_F_Frisko@jax.fisc.navy.mil
 
Place of Performance
Address: USS ROOSEVELT DDG-80, NAVAL STATION, MAYPORT, FL. 32228inport from 25 June thru 30 June. Point of contact Lt.Norwood, 904-270-5879 or 5164, 5161.
Zip Code: 32228
Country: UNITED STATES
 
Record
SN00358097-W 20030628/030626223142 (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.