Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
MODIFICATION

20 -- MARINE LAUNDRY EQUIPMENT REPAIR AND SUPPLY

Notice Date
6/14/2004
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
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
N0006004RC7ABBG
 
Response Due
6/14/2004
 
Archive Date
6/29/2004
 
Point of Contact
Bruce Melton, Contract Specialist, Phone 757-445-2688, Fax 757-445-2666,
 
E-Mail Address
bruce.melton@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 prescribed in FAR Subpart 12.6 and as described in FAR 13.5 Test Program for Certain Commercial Items. This solicitation is only open to all small business concerns within the Norfolk commuting area. Additional information is included in this notice, below, and additional information is included in an expanded solicitation Statement of Work document that is available to interested Contractors. The Requiring Activity requests delivery by 1 SEP 2004. Delivery will be FOB Destination, USS BATAAN (LHD-5), NORSHIPCO Warehouse, Norfolk VA. This requirement, RFQ N0006004RC7ABBG, is for the acquisition of overhaul services for marine laundry equipment and for supply of marine laundry equipment as follows. CLIN 1, Overhaul 2 EA, 200 LB capacity, EDRO DynaWash washer/extractor, model DW2000MNSWE-13A ? CLIN 2, Overhaul 3 EA, 100 LB capacity, EDRO DynaWash washer/extractor, model DW1000CNSWE-13A, -- CLIN 3, Supply and Install, EDRO Programmable Logic Control, 2 EA, P/N 612-6500NSP S4B, Class III, Series 4B, for 200 LB capacity EDRO DynaWash washer/extractor as listed in Clin 1. -- CLIN 4, Supply and Install, EDRO Programmable Logic Control, 3 EA, P/N 612-6500NSP S4B, Class III, Series 4B, for 100 LB capacity EDRO DynaWash washer/extractor as listed in Clin 2. -- CLIN 5, Supply/Deliver, CISSELL Steam Heated Tumbler-Dryer, 5 EA, 100 LB capacity, Model M110S (42BD42M with DMP control), -- CLIN 6, Supply/Deliver, CISSELL Steam Heated Tumbler-Dryer, 2 EA, 50 LB capacity, Model M50BDS (L36BD30MS with DMP control), -- CLIN 7, Supply/Deliver, CISSELL Steam Heated Tumbler-Dryer, 2 EA, 20 LB capacity, Model M20S, -- CLIN 8, Supply/Deliver, UNIMAC Washer-Extractor, 2 EA, 20 LB capacity, Model UC20MN2F, 440/40/3, -- 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), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2002) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996), FAR 52.215-5 Facsimile Proposals (OCT 1997). The following FAR provisions and clauses apply to this solicitation and are incorporated by full-text: FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Deviation) (MAY 2002) within this clause, the following clauses apply and are incorporated by reference:52.222-21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212),52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332),). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by full-text: with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7000 Offeror representations and certifications--Commercial items (9/95); DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (APR 2002) within this clause the following clauses apply and are incorporated by reference; 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (SEP 2001) (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note), DFAR 252.225-7000 Buy American Act--Balance of Payments Program (SEP 1999);. DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. This solicitation is only open to all small business concerns within the Norfolk commuting area. This area known as Tidewater / Hampton Roads is defined as extending as far north as Williamsburg, as far south as the Chesapeake-North Carolina border, as far west as Suffolk, and is bordered on the east by the Atlantic ocean, Chesapeake Bay, and York River. This solicitation geographical limitation is essential for limiting possible financial impacts upon the Contractor and the Government; due to the need for Ship / Contractor pre-performance conferences and due to unforeseeable ship schedule changes during contract performance. Offerors geographical locations will be verified by information in the Central Contractor Registration (CCR) database. Offerors may schedule an opportunity to scope the task through request to POC Contracting Officer, FISC Norfolk, Bruce Melton or Scott Wilkins. Visitations shall be at Contractor?s own expense and no pre-paid open-and-inspection costs are authorized. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449, either a price proposal on letterhead, or a SF1449 that should show the requested CLIN items; with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by 14 JUN 2004 at 16:00 (4:00 P.M.) Offers can be faxed to (757-444-4417), or emailed to Bruce Melton, FISC Norfolk, (757) 445-2688, bruce.melton@navy.mil. Reference RFQ N0006004RC7ABBG on your proposal. [SIC= 3582; FSC= 3510] Note(s): #1 applies. The proposed contract is 100% set-aside for small business concerns.
 
Place of Performance
Address: NORSHIPCO SHIPYARD WAREHOUSE, NORFOLK, VA
Zip Code: 23508
Country: USA
 
Record
SN00603057-W 20040616/040614212157 (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.