Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

99 -- Master Key Lock Sets

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
4101 Washington Ave, Newport News, VA 23607
 
ZIP Code
23607
 
Solicitation Number
JCNYW02-A002
 
Response Due
3/31/2006
 
Archive Date
4/20/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is JCNYW02-A002 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 421610 with a small business size standard of 500 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, March 21, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Suffolk, VA 23435 The USN NAVSEA SUPSHIP Newport News requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, X501 LOCKSET, ENTRY LOCK. P/N X501, TG, 630, IC, A98538-OSD, A05133-004. ENTRY LOCK (X501), DESIGN-TG (TROY-GALA), FINISH-630 (SATIN STAINLESS STEEL), INTERCHANGEABLE CORE (IC). DEAD -LATCH- A98538-OSD, 9/16" RADIUS, 9/16" PROJECTION, FINISH 630 STAINLESS STEEL. STRIKE WITH WELDED DUST BOX- A05 133-004-630, 9/16" RADIUS, STAINLESS STEEL DETAILS- 2-3/4" BACKSET, 1-3/8" JOINER DOORS. X5OI LOCKSETS ARE TO BE STAINLESS STEEL MECHANISMS, DEADLATCFIES TO BE STAINLESS STEEL. X501 LOCKSETS ARE REQUESTED IN QTY UNIT PACKAGE OF 20 EA. SHIPMENT CONTAIN QTY OF 100 EA., 1500, EA; LI 002, X10l LATCHSET, PASSAGE/CLOSET. P/N XI0I, TG, 630, A98538-OOS. PASSAGE/CLOSET (XI0I), DESIGN -TG (TROY-GALA), FINISH-630 (SATIN STAINLESS STEEL). SPRING LATCH- A98538-00S, 9/16" RADIUS, 9/16" PROJECTION, FINISH 630 STAINLESS STEEL. STRIKE WITH WELDED DUST BOX- A05 133-004-630, 9/16" RADIUS, STAINLESS STEEL DETAILS- 2-3/4" BACKSET, 1-3/8" JOINER DOORS., 500, EA; LI 003, C607 COMBINATED CORES. P/N C607, STANDARD IC, 626. COMBINATED CORE (C607), STANDARD INTERCHANGEABLE CORE (IC), SATIN STAINLESS STEEL FINISH (630). CORES TO BE STAMPED ON THE SIDE WITH RESPECTIVE KEY CODE. ALL CUT KEYS ARE TO BE STAMPED WITH STANDARD KEY SYMBOL BLIND CODES (GRAND MASTER/MASTER-DEPARTMENT/SUB-MASTER-DIVISION, OPERATINGWORKCENTER)., 1500, EA; LI 004, C647 UNCOMBINATED CORES. P/N C647, STANDARD 7 PIN INTERCHANGEABLE CORE, 626. UNCOMBINATED CORE (C647), STANDARD 7 PIN INTERCHANGEABLE CORE), SATIN CHROME FINISH (626)., 50, EA; LI 005, CONTROL KEYS. P/N K8609-2, NICKEL SILVER FOR REMOVING AND INSTALLING CYLINDERS. ALL CUT KEYS ARE TO BE STAMPED WITH STANDARD KEY SYMBOL BLIND CODES., 17, EA; LI 006, GRAND MASTER KEYS. P/N KB632-2, NICKEL SILVER, RESTRICTED KEYWAY. ALL CUT KEYS ARE TO BE STAMPED WITH STANDARD KEY SYMBOL BLIND CODES. EXACT KEYING SCHEME TO BE PROVIDED AT CONTRACT AWARD. SCHEME TO INCLUDE GRAND MASTER, MASTER, SUB MASTER AND OPERATING KEYING SYSTEM., 6, EA; LI 007, MASTER KEYS. P/N KB632-2, NICKEL SILVER, RESTRICTED KEY WAY, (17 DEPARTMENT, 4 SM KEY 5 PER DEPARTMENT). ALL CUT KEYS ARE TO BE STAMPED WITH STANDARD KEY SYMBOL BLIND CODES. EXACT KEYING SCHEME TO BE PROVIDED AT CONTRACT AWARD. SCHEME TO INCLUDE GRAND MASTER, MASTER, SUB MASTER AND OPERATING KEYING SYSTEM., 68, EA; LI 008, SUB MASTER AND OPERATING KEYS. P/N KB632-2, NICKEL SII.VER, RESTRICTED KEYWAYS. ALL CUT KEYS ARE TO BE STAMPED WITH STANDARD KEY SYMBOL BLIND CODES. EXACT KEYING SCHEME TO BE PROVIDED UPON AWARDING OF CONTRACT. SCIIEMF TO INCLUDE GRAND MASTER, MASTER, SUB MASTER AND OPERATING KEYING SYSTEM., 3000, EA; LI 009, KEY BLANKS. P/N KB628, NICKEL SILVER, RESTRICTED KEY WAYS. PACKAGED 50 EA PER BOX., 5000, EA; LI 010, KEY PUNCH MACHINE. P/N 1208 (FOR CUTTING KEYS), 1, EA; LI 011, PINNING KITS. P/N 1404 (FOR CULLING CORES), 2, KITS; LI 012, PINNING BLOCK SETS. P/N 1411 (FORKEYINGANDCAPPING)., 2, SETS; LI 013, EJECTOR TOOLS. PN 1405 (FOR REMOVING PINS IN KEYED CYLINDERS), 2, EA; LI 014, TRAINING MANUALS. TRAINING MANUALS FOR THE ENTIRE SYSTEM. MANUALS SHALL BE SUBMITTED FOR REVIEW AFTER RECEIPT OF ORDER AND PRIOR TO THE GOVERNMENT MEETING., 5, EA; LI 015, ON-SITE TRAINING CLASS FOR LOCK MECHANISM. TRAINING IS REQUIRED FOR THE WHOLE SYSTEM TO INCLUDE INTERCHANGEABLE CORES, KEYING, PINNING, ETC. ESTIMATED ATTENDEES - 10 PEOPLE. TRAINING TO BE CONDUCTED ON GOVERNMENT SITE., 1, EA; LI 016, KEYING BITTING LIST, PINNING CHARTS AND SOFTWARE. TO BE COMPLETELY PROGRESSION OUT FOR FUTURE CHANGES. THIS ITEM SHALL BE DELIVERED AFTER RECEIPT OF ORDER AND PRIOR TO GOVERNMENT MEETING., 1, EA; For this solicitation, USN NAVSEA SUPSHIP Newport News intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USN NAVSEA SUPSHIP Newport News is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Michael Sulick at sulickmj@supship.navy.mil or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to sulickmj@supship.navy.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Sellers shall propose their best delivery date. Delivery shall be specified if partial delivery is necessary. If so, sellers shall submit delivery quantities and dates. This information shall be sent directly to sulickmj@supship.navy.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation.In no event shall delivery exceed August 1, 2006. Seller shall participate in a meeting in Suffolk, Virginia (Date TBD after receipt of order) to identify any special CVN 70 non-standard requirements. Seller shall ensure the factory representative attends the meeting as well as a representative of the successful seller. Factory representative may be given a minimum of 2 weeks notice to arrange schedule.
 
Web Link
www.fedbid.com (a-25666, n-2123)
(http://www.fedbid.com)
 
Place of Performance
Address: Suffolk, VA 23435
Zip Code: 23435-5000
Country: US
 
Record
SN01010262-W 20060322/060320213159 (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.