Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

71 -- Industrial Furniture

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-T-0141
 
Response Due
5/14/2004
 
Archive Date
5/29/2004
 
Point of Contact
Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670, - Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670,
 
E-Mail Address
josephine.scully@navy.mil, josephine.scully@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-04-T-0141 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to award a firm-fixed-price contract for industrial furniture. The furniture is required to support the Naval Air Warfare Center-Aircraft Division (NAWCAD), communications Requirement Integration Facility (SCRIF) Modernization and Implementation Branch. THIS IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Contractors will need to provide the following: CLIN 0001 Description: Heavy Duty Wire Meter, assembled, 10 pounds (Quantity 1); CLIN 0002 Description: Heavy Duty Shelf Rack, unassembled, steel, 2400 pound capacity, 36 inch depth, 60 inch, 96 inch in height, 4 uprights with anti-sway braces and 3 shelf levels (Quantity 13); CLIN 0003 Description: Heavy Duty Shelf Rack, unassembled, steel, 2400 pound capacity, 36 inch depth, 60 inch, 96 inch in height, 2 uprights with anti-sway braces and 3 shelf levels (Quantity 22); CLIN 0004 Description: Heavy Duty Workbench, unassembled, iron, 34 inch depth, 34 inch high, 72 inch width, top construction steel (Quantity 12); CLIN 0005 Description: Flammable Liquid Cabinet, assembled, 42 inch width, 20 inch dept, 61 inch height, 2 doors 2 shelves (Quantity 1); CLIN 0006 Description: Acid Corrosive Cabinet, assembled, 60gallon capacity, 3 adjustable shelves, 34 inch width, 34 inch dept, 65 inch height, (Quantity 1); CLIN 0007 Description: Wide Storage Cabinet, unassembled, steel, built in lock, enamel finish, 5 levels, 215 pound shelf weight capacity, 24 inch depth, 48 inch width, 78 inch height (Quantity 18); CLIN 0008 Description: Mobil Leather Chair, unassembled, back tilt control, seat height adjustment, arms, wheels, 40-43 pounds (Quantity 23); CLIN 0009 Description: Stationary Chair, assembled, black, stackable, polypropylene, seat construction plastic, 13 pounds weight (Quantity 13); CLIN 00010 Description: Molded Stack Chair, black, polypropylene, chrome plated steel legs, 20 inch wide, 22.5 inch depth (Quantity 8); CLIN 0011 Description: Table, unassembled, 36 inch square, laminate top construction, chrome steel base cross brackets (Quantity 2); CLIN 0012 Description: Trash Container, plastic, 32 gallon (Quantity 4); CLIN 0013 Description: Container Lid, fit 32 gallon trash container (Quantity 4); CLIN 0014 Round Container Dolly, assembled (Quantity 4).** A copy of the representations and certifications may be found on the NAVAIR Homepage at www.navair.navy.mil/ business/ecommerce/index.cfm. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The associated North American Industry Classification Systems (NAICS) code for this requirement is 423210 with a size standard of 100 employees. The quote, along with completed representations and certifications is due by 14 May 2004. Award is anticipated no later than 17 May 2004 with a required delivery date of 26 May 2004. FOB Destination to Receiving Officer, BLDG 8115, Villa Road Unit 11, St. Inigoes, MD 20684-0010. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2004) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price and delivery date will be considered. The following factors shall be used to evaluate offers: (1) Price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (JAN 2004) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (1) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999; and (2) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2004) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** Offeror shall include a completed copy of the provision at FAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2003) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. THIS NOTICE IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to Latrice Rubenstein, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 14 May 2004. Facsimile proposals shall be accepted. The Government will not pay for any information received. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Latrice Rubenstein, Code 251233, Tele#301-995-8957 or via e-mail: Latrice.Rubenstein@navy.mil If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8957). **END SYNOPSIS/SOLICITATION #N00421-04-T-0141. **
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00578958-W 20040505/040503212226 (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.