Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
MODIFICATION

53 -- Installation of Mortise Locks

Notice Date
2/3/2006
 
Notice Type
Modification
 
NAICS
561622 — Locksmiths
 
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
N6141406RC025FN
 
Response Due
2/10/2006
 
Archive Date
2/25/2006
 
Point of Contact
Emanuel Clemons, Contract Specialist, Phone 757-443-1397, Fax 757-443-1424, - David St. Laurent, Supervisory Contract Specialist, Phone 757-443-1444, Fax 757-443-1424,
 
E-Mail Address
emanuel.clemons@navy.mil, david.stlaurent@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under PR:N6141406RC025FN. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s): (1) the contractor provide personnel, facilities, and equipment necessary to install a turn key digital electronic keycard locking system on a total of 480 doors at buildings 3606 and 3609 Little Creek Amphibious Base, Norfolk, Virginia. This is to include 480 Kaba Ilco Solitaire 710-11 guestroom mortise locks with removal core cylinders and ultra plated satin chrome finish. Also to be included are 480 dress plates, size long, and 480 dress plates, size standard. The contractor is responsible for the following: Obtain all necessary permits and licenses, verify all measurements and dimensions, Remove existing lock hardware. Install all products in accordance with recognized trade practices by licensed tradesmen, skilled in their fields, the contractor is cautioned that any additional work that is not included in this statement of work shall not be completed without authorization from the approving authority. Clean up and repairing of any damage to the facility, equipment, or grounds as a result of activity and to maintain the site free of debris and clean at all times. Provide warranty requirements ( minimum for parts procured by the contractor and a minimum for contractors labor to install all items). Provide reprogramming of the front desk units if necessary to ensure the ability to make operable key cards for rooms. All work shall be performed between the hours of 8:00 AM to 4:00 PM Monday through Friday. The contractor shall ensure that its employees conduct themselves in a business like, professional manner at all times while on site. The contractor shall provide all operation manuals and installation manual on all equipment installed. Place of performance is at Norfolk, VA. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 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 (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by February 10, 2006, 4:30 P.M. Offers can be emailed to emanuel.clemons@navy.mil, faxed to 757-443-1397 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Emanuel Clemons, Norfolk, VA.23511-3392. Reference PR:N6141406RC3025FN, on your proposal. NAICS 561622 (6.5 mil dollars). The equipment is changed to brand name mandatory. Note 22 applies.
 
Place of Performance
Address: Little Creek Amphibious Base, Norfolk, VA
Zip Code: 23520
Country: US
 
Record
SN00980093-W 20060205/060203212628 (fbodaily.com)
 
Source
FedBizOpps 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.