Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

99 -- SANDBLASTING

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700105Q0053
 
Response Due
6/16/2005
 
Archive Date
7/16/2005
 
Description
This is a combined synopsis/solicitation for the one time procurment of Sandblasting, priming and painting of 10th Marines? artillery pieces in the Gun Park and in front of Battalion CPs. The entire project will be for fourteen (14) artillery pieces. There are nine (9) artillery pieces around the Regimental headquarters building (bldg 522). The (9) artillery pieces include (1) M8 Towed Howitzer, (1) M30 Mortar, (1) M107 Self-Propelled Tracked Howitzer, (1) M110 Self-Propelled Tracked Howitzer, (1) M114 Self-Propelled Tracked Howitzer 155MM, and (3) M101A1 Towed Howitzer 105MM. Additionally, there are M101A1 Towed Howitzer 105MM in front of the four (4) Battalion CPs, for a total of (5) M101A1 Towed Howitzer 105MM. The (6) artillery pieces are the following; (2) M101A1 Towed Howitzer 105MM in front of building 519, (1) M101A1 Towed Howitzer 105MM in front of building 523, (2) M101A1 Towed Howitzer 105MM in front of building 510, and (1) M101A1 Towed Howitzer 105MM! in front of building 527. The 14 artillery pieces will be surrounded with or placed on sheeting to contain dust and contaminants. Containment tents will be erected ranging in size from 10? x 10? to 20? x 50? to contain dust and contaminants. Contained area will be under a negative air during blasting to control dust. The 14 artillery pieces will be sandblasted to near white finish (SSPC SP10). The blasted surface areas will be coated with one (1) coat of exopy primer. The primer coat will be a Polyamide-Epoxy two component and the spread rates will be 4.0 mils to 7.0 mils. The primed surface areas will be coated with Olive Drab industrial urethane. This second coat will be an Acrylic Aliphatic Urethane and the spread rate will be 1.5 mils to 2.0 mils. The final coat will be clear industrial urethane enamel. The spread rate for the coat will be 1.5 mils t0 2.5 mils. All work will be done during Monday through Friday, 7am to 6pm. All work must be done in a neat and orderly fashion. Work will be completed in a timely and professional manner. Complete job site must be cleaned up during the cleaning process and upon completion of job. Estimated duration of job: 16-21 Days Two year Maintenance Agreement to include visual inspection of paint, removal of any rust, Reapplying of coating to faded areas. The solicitation number is M67001-05-Q-0053. This procurement is conducted in accordance with FAR Part 13 - Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and Defense Acquisition Circular 91-13. This solicitation is not restricted regarding business size. NAICS code 332813. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation, will be considered the best value to the Government. The following factors shall be used to evaluate quotes: past performance, price and delivery time. A quotation for this request shall be submitted via regular ma! il to the Camp Lejeune Contracting Dept., Attn: Myriah Denk, P.O. Box 8368, Jacksonville, NC 28547, e-mailed to myriah.denk@usmc.mil, faxed to 910-451-2193, or hand carried to the Camp Lejeune Contracting Dept., Bldg 1116, Camp Lejeune, NC 28547. The quotation selected for award shall be incorporated into the resulting contract award document. The following FAR Clauses/Provisions apply: 52.203- 3, Gratuities, 52-212-1, Instructions to Offerors Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (incorporating 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 and 52.222-41. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Quoters responding to this announcement must provide the information contained in 52.21 2-3, Offeror Representations and Certifications - Commercial Items with their offer. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR.gov. Offerors are required to be registered in Wide Area Work Flow DFARS 252.232-7003. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be ! provided any changes/ amendments and be considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 16 JUNE 2005, at 9:00 AM EST . All responsible sources in compliance with the above may submit a quote that will be considered.
 
Web Link
NECO
(http://www.neco.navy.mil)
 
Record
SN00816526-W 20050528/050526212438 (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.