Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2005 FBO #1145
SOLICITATION NOTICE

71 -- Furniture, remove existing, manufacture and install new

Notice Date
1/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
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
N68836-05-T-0050
 
Response Due
1/27/2005
 
Archive Date
2/11/2005
 
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 N68836-05 -T-0050 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 337124 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 labor, material, equipment, facilities, transportation and management to remove existing furnishings, manufacture and install new and modified GFM furnishings remove and modify a triple single (twin size)berthing unit to become one double (two man) single berthing unit IAW Navsea shipboard furniture catalog drawing number B-1A-2, size 2 (81 ??L x 39 ??W x 61 ??H) to include two (2) each spring units see buships dwg number 805-1632586 for bunk dwg 805-1634193., Remove and replace existing wardrobe lockers. Provide and Install catalog number B-2A-5, 24? wardrobe, Quantity Four (4) each. Provide and install catalog number B-2A-6, 24? wardrobe with file cabinets, Quantity eight (8) each. Provide and install catalog number B-2A-8, 24? lockable wardrobe with safe and secretary, Quantity six (6) each. Provide and install single Bookshelves, catalog number B-6B-1 TYPE I Quantity two (2), double type II Quantity two (2), all with raised edge and retaining bar. One each work station with CPU Box, Retractable articulating tray, locking hinged door and interior shelf. One each double workstation with CPU Box, retractable articulating tray, with locking hinged door, and two interior shelves. Remove existing, and replace with new, catalog number B-2A-2, dwg. 804-1623970 Quantity one (1) each; stainless steel single sink complete w/faucets, plumbing lines, base, mirrored medicine cabinet w attached light fixture, one each. Ships force shall be responsible for tag in and out of electric connections and potable water. Furnishing surfaces shall be painted Sand beige to match existing bulkhead and furnishings surfaces, unless otherwise required by drawing or catalog specifications. Provide labor, material and equipment to sand and paint all inside furnishings in each stateroom to match new furnishings identified above. Paint shall be In accordance with (IAW) Navsea S9 chapter 631, Mil Spec 595-23607 VI, VII, VIII. Fire performance requirements of Mil-Std-1623 applies to all materials provided and installed. Aluminum shipboard furniture shall be IAW Mil-F-902, Steel furniture Mil-F-243, additional guidance available at http://www.dt.navy.mil/code97/9780/Furniture%20files/page_1.html , with attention to Part A, paragraphs 9, 10 and 11. All installed materials shall be IAW Fire Performance Requirements of MIL-STD-1623. Contractor shall provide manufacturers Certificates of Conformance to the sited Mil and Fed specs. Additional specifications, clauses and requirements may apply IAW Far Clause 52.246-15 prior to commencement of performance. Performance location U S Navy ship, Naval Station Mayport Florida 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); 52.222.41,42 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 4:00 P.M, 02 May 2003. 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..
 
Place of Performance
Address: USN ship Naval Station Mayport Florida
Zip Code: 32228
Country: UNITED STATES
 
Record
SN00734048-W 20050114/050112212445 (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.