Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

54 -- Purchase and Installation of Portable Aluminum Buildings

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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
Reference-Number-V8263161992622
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Small Business Set-Aside
Total Small Business
 
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 V8263161992622. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase a brand name only for the following item(s): CLIN 0001: 3 each B-CONV-1432-099 CONVINCER Aluminum Building; 1X1 inch 20 Gauge Tubing 24 inch 24 OC; R-5 Foil Backed Insulation; 3/4 inch Plywood Floor; 6-4 foot Fluorescent Lights; 6 Receptacles; 70 AMP Breaker Box, Paneled & Insulated, Wired for 120; 1-Switch; 1-9X7 Roll Up Garage Door. 45 inch Side Door. Building will be built to specifications. Manufacturer: Leonard Aluminum Utility Buildings. FOB: Destination: Norfolk, VA. Drawings available by contacting Morris Staton at morris.staton@navy.mil. Requested copies of drawings will be faxed. 52.204-7 Central Contractor Registration (July 2006); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2006) 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 of 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 (Sept 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Aug 2006), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2006), 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 (Feb 2006), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997) 52.233-2 Service of Protest (AUG 1996) 52.233-3 Protest After Award (AUG 1996) 52.247-34 F.O.B. Destination (NOV 1991) 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) 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 (July 2006), the following clauses apply and are incorporated by reference: 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 2005) 252.225-7001 Buy American Act and Balance of Payment Program (June 2005); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.232-7003 Electronic Submission of Payment Requests (May 2006); 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, cost breakdown (labor cost, labor hours & material). Prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 4:30 p.m. on Wednesday, September 20, 2006. Offers can be emailed to morris.staton@navy.mil , faxed to 757-443-1376 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Morris Staton, Norfolk, VA 23511-3392. Reference V8263161992622 on your proposal. NAICS 332311 (500 Employees)
 
Place of Performance
Address: Commanding Officer EODOSU TEN, ATTN: Elizabeth Metheny, 757-422-7710, 1078 Hospital Road, Fort Story, VA
Zip Code: 23459
Country: UNITED STATES
 
Record
SN01142712-W 20060915/060913222029 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.