Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

54 -- Paint Spray Booth

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Construction Battalion Center, CBC Code 520 2401 Upper Nixon Road, Gulfport, MS, 39501-5001
 
ZIP Code
39501-5001
 
Solicitation Number
N62604-04-Q-4000
 
Response Due
6/1/2004
 
Archive Date
6/16/2004
 
Point of Contact
Bonnie Adams, Purchasing Agent, Phone 228-871-2868, Fax 228-871-3212, - Bennie Boren, Contracting Officer, Phone (228) 871-2574, Fax (228) 871-2691,
 
E-Mail Address
baadams@cbcgulfport.navy.mil, bkboren@cbcgulfport.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a spray paint booth similar or equal to a TB-40 model, 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 written solicitation will not be issued. Solicitation # N62604-04-Q-4000 is issued as a request for quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-22 &23 and DCN 2004-o0001. This acquisition is Set Aside for Small Business. The NAICS classification code is 339999, small business size standard is 500 employees. There is one (1) contract line item consisting of 1 each insulated pre-painted galvanized double wall panel spray booth 40? L x 17? W x 16? H. Drive-thru doors on both ends (9) ceiling lights with 4 fluorescent tube bulbs, and (6) side lights with 4 fluorescent tube bulbs per side, tube axial with aluminum spark proof blades, 2 man doors. 25,000 C. F. M., reinforced galvanised ETL listed Direct Fired Heat Exchanger. 2 million BTU Control Panel 230 volt 3 phase NFP33, NEC516 UFC45, EL and UL purge cycle, cool timers, status light pump switch panel, 25,000 c.f.m. Adobe evaporative cooler system; coveral building 30? x 46?. Contractor to provide all the labor, material and supervision including but not limited to installation. Price to include, erection of booth and any other structure required. On site deliver, erection of equipment, testing and operator training. After the booth and any other equipment or structures have been erected the customer will contract and coordinate through the ROICC office to have all final connections for electrical, compressed air, and natural gas lines. Delivery of CLIN 0001 will be required within 30 days after award of contract to NAVSCIATTS 2606 LOWER GAINSVILLE ROAD STENNIS SPACE CENTER, MS 39529. The shipping terms will be F.O.B. Destination, with inspection and acceptance at destination. An offeror must quote on all items in this solicitation to be eligible for award. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 1997) is hereby incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(6) 52.222-26, (b)(7) 52.222-35, (b)(8) 52.222-36, (b)(9) 52.222-37, (b)(17) 52.247-64. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is hereby incorporated by reference, with additional DFAR clauses included in this solicitation and any resultant contract, as follows: (b)(7) 252.219-7006, (b)(8) 252.225-7001, (b)(17) 252.225-7036. Additional Contract Terms and Conditions applicable to this procurement are: Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Warranty: 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 with regard to the other terms and conditions of the 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 completion of installation for the items listed in the schedule. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability and price. Technical capability is approximately equal to price. Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meets all requirements stated in the above purchase description. The Government reserves the right to make award on the initial offer received without discussions. The Government reserves the right to eliminate from further consideration those proposals which are considered non-responsive. Companies wishing to respond to this solicitation should provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested items showing solicitation number, unit price, extended price, FOB, prompt payment terms, delivery time, and correct address. OFFERS MUST BE SIGNED. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications ?Commercial Items, as well as DFARS 252.212-7000, Offeror Representations and Certifications ?Commercial Items, and DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their offers. Those companies not in possession of the provisions in full text may contact this office and a copy will be faxed to you. Each offer shall include their Dun & Bradstreet Code and their Commercial and Government Entity (CAGE) Code. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractor Register (CCR). Further information may be obtained through the Internet at: http://www.acq.osd.mil/ec/faqs. You cannot be awarded a DOD contract if you are not registered in the CCR. The Internet site for registering in the CCR is http://ccr.edi.disa.mil. If you do not have Internet access and want to register with a paper form, you should contact CCR Registration Assistance Center at 1-888-227-2423, Customer Service, and request the registration form and assistance packet for your completion. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to BONNIE ADAMS, FAX 228-871-3212/2691 by 25 MAY 2004. Quotations are due on 01 JUN 2004, 2:00 p.m. to Contracting Officer (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001. Facsimile quotations acceptable, FAX 228-871-3212/2691. No oral quotations will be accepted. All responsible sources may submit a quotation which shall be considered.
 
Place of Performance
Address: NAVSCIATTS, 2606 LOWER GAINESVILLE RD, STENNIS SPACE CENTER, MS
Zip Code: 39529-7099
Country: USA
 
Record
SN00587284-W 20040519/040517212318 (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.