Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
MODIFICATION

72 -- MATTRESS

Notice Date
5/10/2004
 
Notice Type
Modification
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-04-T-A577
 
Response Due
5/28/2004
 
Archive Date
6/12/2004
 
Point of Contact
Lambert Leong, Contract Specialist, Phone 808-473-7508, Fax 808-473-5750,
 
E-Mail Address
lambert.leong@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is restricted to small businesses. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. Solicitation N00604-04-T-A577 applies. The solicitation will be issued/posted at the NECO website http://www.neco.navy.mil. This announcement constitutes the only solicitation: proposals are being required and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and Defense Change Notice 20040113. The NAICS code is 337910 and the business size standard is 500 employees. This requirement is for a firm fixed price contract for Item 0001: 5 EACH QUEEN MATTRESS/D28345076, SIMM M110217 BR SUMMERL, 53” WIDE X 80” LONG 9” MINIMUM. ITEM 0002 45 EACH: QUEEN MATTRESS/D28345076, SIMM M110217 BR SUMMERL, 47” WIDE X 80: LONG X 9” MINIMUM. ITEM 0003: 82 EACH QUEEN MATTRESS/D28345076 SIMM M10217 BR SUMMERAL, 41” WIDE X 80” LONG X 9” MINIMUM. Delivery to be 21 to 30 days. FOB Destination, Pearl Harbor, Hawaii. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offers-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation—Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT – CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American – North American Free Trade Agreement Implementation Act – Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 28 MAY 2004. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201 LL), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at (808) 473-5750. E-mail quotes may be addressed to: lambert.leong@navy.mil. MATTRESS SPECIFICATIONS Comfort Layer: Quilt fill, Pure foam - firm Upholstery: Pure foam - firm Primary Coil Unit: 7/34” coils of .068 Ga. Wire # of coils per mattress 825 pocketed Edge Support: 2 rows of .088 Edge Coils Support Layer: Bloc foam – firm Foundation: High Profile Motion transfer: MSI 174 Warranty: 10 years minimum & maintenance free (see note) Sizes: Exactly as specified with no deviations due to existing bed frame construction. NOTE: a 10-year minimum warranty will ensure these mattresses have the durability to last for he remainder of the ship’s extended life until 2014. Vendor performance requirements : Manufacture and delivery all mattresses to the vessel in Pearl Harbor within 2 weeks of receipt of order. Remove and properly dispose of all old mattresses and install all new mattresses NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00604/N00604-04-T-A577/listing.html)
 
Place of Performance
Address: 1942 GAFFNEY ST. PEARL HARBOR, HAWAII
Zip Code: 96860
 
Record
SN00583482-F 20040512/040510213634 (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.