Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

19 -- purchase and install one each reconditioned steel foam filled float to Pt. Loma Subase San Diego CA.

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0595
 
Response Due
5/20/2005
 
Archive Date
6/19/2005
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-05-T-0595 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-3 (4/11/05) and DFAR Change Notices effective through 5/9/05. The standard industrial code is 3441 (NAICS 332312) and the business size standard is 500 employees. The agency need is to purchase and install one each refurbished 28? x 90? steel, foam filled float. Float shall be installed at Pt. Loma Subase in San Diego CA. Statement of work is as follows: I. Purchase one (1) reconditioned steel, foam filled float with dimensions of 28? x 90? Design should include the following: A. The capability of mooring the ?Booming Beaver? as well as the 50? Utility boats and / or other craft as necessary. B. The deck space shall be large and stable, as to provide suitable gangway access, material storage, portable shed or office space, and spill response equipment storage, etc. C. Float shall be comprised of fiber rich concrete wear deck, custom cleats, fender ties, spud wells, pipe spuds, tie downs, and base plates. Reconditioned float shall include: 1. 10 new bolt-on zinc anodes 2. Epoxy paint system from the waterline to deck edge and all cleats and spud wells. 3. Installation of tire fendering. 4. Installation of tie down pad eyes or steel base plates for light stanchions, etc. at the request of the customer. II. Install three (3) composite fender piles, including steel attachment assemblies, to the pier. Installation shall include: A. Purchase of the piles B. Jet drive piles C. Fabrication and installation of pier brackets III. Remove and dispose of / scrap old float. A. Contractor Furnished Materials: 1. Reconditioned float 2. Fender piles 3. Installation, including all towing and delivery 4. Provide and install appropriate gangway access to floating dock B. Government Furnished Material / Requirements: 1. Removal and disposal / scrapping of old float 2. Any required permits if required. This requirement is for a fixed priced contract. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 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 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36,! Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 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 for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbo! ok.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote 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, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 5-20-05, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 No! rth Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (1).
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00806291-W 20050514/050512212546 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.