Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

72 -- Upgrade Decor of Galley

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
Reference-Number-N6304305RC043FS
 
Response Due
5/31/2005
 
Archive Date
6/15/2005
 
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; proposals are being requested and a written solicitation will not be issued. Reference number N6304305RC043FS applies and is issued as a Request for Quotation. This procurement is being distributed for 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 541410 and the business size standard in millions of dollars is $6.0. This is for the upgrade of the NAS Meridian, MS General Galley. Period of Performance is 1 June 05 ? 1 Sept 05. All work to be done at building 207. Statement of Work is as follows: Any and all painting will require MSDS statements prior to painting. All materials will be installed at building and old material will be taken out of galley and placed in designated area identified by the Government on the premises. Hazmat materials must be approved IAW NASMER instructions prior to start of work. No GFP provided. Clean up daily done by contractor. Provide and install 2 each painted partitions 6?x8?x 6?. Provide and install 2 each painted swinging louvered doors 24? x46?. Provide and install 101 LF of glass & brass partitions (approx. 34 ea, 30?x15?) on top of existing partitions. Provide and install 101 LF of glass & brass partitions (approx. 34 ea, 30?x15?) on top of existing partitions. Provide and install new tops over existing partitions approximately 120? x 13?, laminated Granite. Provide and install 78 each tables 36x36, laminated White Pompeii. Provide and install 31 each tables 30x24, laminated White Pompeii. Provide 368 each dining room chairs with vinyl, Marble Currant. Provide & install 16 each framed Navy themed artwork. Provide & install 5 each vertical blinds to cover opening 97?h x 142w? & 2 each vertical blinds to cover opening 97?h x 214w? Provide & install 5 each valances 152?x12?x8?, laminated White Pompeii . Provide & install 2 each valances 224?x12?x8? laminated White Pompeii . Provide & install 16 each artificial palm trees in decorative containers Prepare and paint 420 sq ft of existing wall tile Enclose door opening and paint new filler wall in CPO Mess, approximately 72?x72?. Speed Line Area ? Existing (decorated in black/white/red NASCAR theme) Provide and install 12 each framed NASCAR themed artwork. Provide and install 6 each locking glass cabinets 70?x22?x12? to hold GFM NASCAR auto models. Provide and install 215 lf of black and white checkered wallpaper border. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the 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), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.237-3 Continuity of Services (JAN 1991), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (MAY 2001) 52.245-1 Property Records (APR 1984), 52.245-2 Government Property (Fixed-Price Contracts), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (SEP 1996), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.204-5 Women?Owned Business (Other than small business) MAY 1999), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.215-6 Place of Performance (OCT 1997), 52.211-6 Brand Name or Equal (AUG 1999), 52.211-9 Desired and required Time of Delivery (JUN 1997), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (May 2004), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAR 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses 52.204-3, 52.204-5, 52.209-5, 52.212-3, 52.219-1. DFARS clauses 252.212-7000 and 252.209-7001 . Fill in the items required in these clauses and send in with your proposal. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) 1 completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price for each item, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) FAR clauses requiring fill-ins. PAST PERFORMANCE. Pursuant to FAR 15.305(a)(2)(iv), In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. The Government reserves the right to pay a premium rate to get a Contractor with less risk to the Government. Include evidence of successful efforts in similar work, to verify that the Offeror has an established professional reputation in the full development of same or similar nature. This must also clearly indicate whether the experience was gained as a prime contractor or as a subcontractor. The experience may include work accomplished for Government and non-Government entities (At least 2 if non-DOD contract). Do not submit contracts completed more than 3 years old. (USE ATTACHED SURVEY FORM TO BE COMPLETED BY THE PREVIOUS CUSTOMER AND HAVE THE PREVIOUS CUSTOMER FAX IT TO THE GOVERNMENT POC: Arleen L. Starks) For current or previous contracts include: Title of Contract Contract Number and Type Description of Product or Service Period of Performance (Beginning and Completion Dates) Dollar Value of Contract Agency/Company for which Performed Agency/Company Point of Contract and Telephone Number Contracting Officer, Government Program Manager or Contracting Officer Representative The Government will evaluate past performance as a factor for award. The Government reserves the right to review other relevant past performance information contained in either local files or from other Government sources such as the Past Performance Information Retrieval System (www.ppirs.gov). Evaluation will be based on the extent to which the Offeror has demonstrated through recent past performance under contracts of similar nature; it?s ability to successfully meet the requirements of the Request for Proposal (RFP). The evaluation will consider the Offeror?s history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule and commitment to providing quality products and services at fair and reasonable prices. 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. Offeror?s 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 and price-related factors. This solicitation will be evaluated on the following factors: PAST PERFORMANCE, TECHNICAL AND PRICE. All factors considered, when combined, are equally important. Quotations must be received no later than 1600 May 31, 2005 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen.Starks@navy.mil. FOB destination. CONTRACTOR PERFORMANCE EVALUATION SURVEY COVER SHEET Name and address of offeror questionnaire is being completed for: _____________________ Name of company completing questionnaire: Contract Number: _____________________________________________________________ Contract Type: ______________________________________________________________ Contract Amount: ______________________________________________________________ Contract Period of Performance ___________________________________________________ (including all options) Product/Service Description: _____________________________________________________ Name, title and phone number of person completing questionnaire: _______________________ _______________________ _______________________ Length of time your firm has been involved with this company:___________________________ Submit completed Cover Sheet and Survey via facsimile or e-mail to: CONTRACTING DEPARTMENT Fleet & Industrial Supply Center Attn: Arleen L. Starks, Code 200 Phone: (904) 542-0471 Fax: (904) 542-1095 e-mail: Arleen.Starks@navy.mil CONTRACTOR PERFORMANCE EVALUATION SURVEY RATING SHEET RATING SCALE Please use the following ratings to answer the questions. If you are unable to rate an item because it was not a requirement, never an issue, or you have no knowledge of the item in question, then you should mark ?NA?. EVALUATION CRITERIA Excellent - The company?s performance was consistently superior. Performance was entirely favorable and you wouldn?t hesitate to do business with them again. Good - The company?s performance was better than average, and you would willingly do business with them again. The contractual performance was mostly favorable and corrective actions taken by the contractor were effective. Neutral - No record exists. Average - The company?s performance was satisfactory and you would consider doing business with them again. There were minor performance problems which were satisfactorily corrected. Poor - The company?s performance was entirely unsatisfactory and you would not do business with them again under any circumstances. There were serious performance issues with the contractor for which the contractor?s corrective actions were ineffective. NOTE: For statements indicating ?Poor? or ?Excellent?, please provide an explanation in the comments section of the survey. CONTRACTOR PERFORMANCE EVALUATION SURVEY POOR AVERAGE NEUTRAL GOOD EXCELLENT A. QUALITY OF PRODUCT OR SERVICE: (1) The Contractor provided a product or service that conformed to contract requirements, specifications, and standards of good workmanship. (2) The Contractor submitted accurate reports. (3) The Contractor utilized personnel that were appropriate to the effort performed. B. COST CONTROL: (1) The Contractor performed the effort within the estimated cost/price. (2) The Contractor submitted accurate invoices on a timely basis. (3) The Contractor demonstrated cost efficiencies in performing the required effort. (4) The actual costs/rates realized closely reflected the negotiated costs/rates. C. SCHEDULE: (1) The tasks required under this effort were performed in a timely manner and in accordance with the period of performance of the contract. (2) The Contractor was responsive to technical and/or contractual direction. D. BUSINESS RELATIONSHIPS: (1) The Contractor demonstrated effective management over the effort performed. (2) The Contractor maintained an open line of communication so that the Contracting Officer?s Representative (COR) and/or Technical Point of Contact (TPOC) were apprised of technical, cost, and schedule issues. (3) The Contractor presented information and correspondence in a clear, concise, and businesslike manner. POOR AVERAGE NEUTRAL GOOD EXCELLENT (4) The Contractor promptly notified the COR, TPOC, and/or Contracting Officer in a timely manner regarding urgent issues. (5) The Contractor cooperated with the Government in providing flexible, proactive, and effective recommended solutions to critical program issues. (6) The Contractor made timely award to, and demonstrated effective management of, its subcontractors. (7) The Contractor demonstrated an effective small/small disadvantaged business subcontracting program. E. CUSTOMER SATISFACTION: (1) The products/services provided adequately met the needs of the program. (2) The Contractor was able to perform with minimal or no direction from the COR or the TPOC. (3) I am satisfied with the performance of the Contractor under this effort. F. KEY PERSONNEL: (1) The labor turnover in key personnel labor categories was minimal and did not adversely affect Contractor performance. (2) The Contractor proposed qualified personnel to fulfill the requirements of the contract. G. OTHER: (1) Would you award this firm another contract? ( ) Yes ( ) No If you answered ?No? provide an explanation.______________________________________________________________________ __________________________________________________________________________________ (2) Was the contract terminated for default? ( ) Yes ( ) No If you answered ?Yes?, provide an explanation. ___________________________________________ __________________________________________________________________________________ COMMENTS: (Required for ALL Poor and Excellent Ratings) __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________
 
Place of Performance
Address: Bldg 207 NAS Meridian, Meridian, MS
Zip Code: 39309
Country: USA
 
Record
SN00814732-W 20050526/050524212454 (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.