Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

W -- Lease of Equipment and Services to Relocate Collateral Equipment

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-R-0095
 
Response Due
9/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in 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. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0095, as a Firm Fixed Price Type Contract with Fixed Unit Prices. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-12 effective 4 August 2006. The procurement is full and open competition and the associated NAICS code is 532490. Section B Schedule of Supplies/Services CLIN 0001 Relocate All Collateral Equipment at NSWDG (Machine Shop, Welding Shop, Carpenter Shop, HVAC Shop and Electrical Shop) 1 each Machine Shop 1 each BridgePort VMC 3016 8,000 lbs 1 each Brown and Sharpe Servicer Grinder 2,000 lbs 1 each South Bend Lathe 2,000 lbs 1 each RAM Pac Carbor Press 1,000 lbs 1 each Heckler and Loch Milling Machine 5,000 lbs 1 each BridgePort Milling Machine 4,000 lbs 1 each Kerney and Trecker Milling Machine 4,000 lbs 1 each Clausing Colche Sting Lathe 7,000 lbs 1 each NATO Drill Press 7,500 lbs 3 each Flammable Storage Locker 100 lbs each 16 each Locker 150 lbs each 14 each Vidmar Locker 300 lbs each 1 each Layout Table 2,000 lbs 1 each Pipe and Metal Rack 1,500 lbs 1 each Lay Out Table 1,000 lbs Metal Shop 1 each Sheetmetal Rack 1,000 lbs 1 each Betenbender Shear 11,000 lbs 1 each Layout Table 4,000 lbs 3 each Welder 150 lbs each 2 each Set of Bottles 400 lbs each 1 each Dayton Sand Blaster 400 lbs 1 each Vertical Band Saw, Model Delta 500 lbs 1 each Phoenix Dry Rod 100 lbs 1 each Kasto Racine Hacksaw 3,000 lbs 1 each Allen Drill Press 2,000 lbs 1 each US Grinder 1,000 lbs 1 each Rockwell Grinder 75 lbs 1 each Baldor Grinder 50 lbs 1 each Chicago Break 6 1000 lbs 1 each Roper Whitney 8? Break 1,500 lbs 1 each Edward Jaws V? Ironworker 2,000 lbs 1 each Pexto Roller 3 200 lbs 1 each Enco Roller 4 300 lbs 1 each Tecna Spot Welder 200 lbs 1 each Strippit Nanual Puch 300 lbs 1 each PIT ? Bending Machine 300 lbs 6 each Locker 75 lbs each 11 each Vidmar Cabinet 150 lbs each 2 each Nut and Bolt Pin 200 lbs each Lock Shop 2 each Locker 75 lbs 3 each Shelves 50 lbs 1 each Safe 600 lbs 8 each Vidmar Cabinet 300 lbs Carpenter Shop 1 each Delta Radial Arm Saw 14 400 lbs 1 each Delta Shaper 200 lbs 1 each Router Table 150 lbs 1 each Delta DL40 Latha 300 lbs 1 each Delta DJ20 Jointer 500 lbs 1 each Milwaukee Cross Cut Saw 150 lbs 1 each Powermatic Drill Press 300 lbs 1 each Delta Unisaw 10 300 lbs 1 each Oliver 12? Table Saw 500 lbs 1 each Northech Plander 1500 lbs 1 each PowerMatic Band Saw 400 lbs 25 each Vidmard Cabinet 200 lbs each 1 each Dremel Copping Saw 50 lbs 10 each Locker 75 lbs 1 each Clamp Locker 200 lbs Electrical and HVAC Shop 8 each Lockers 50 lbs each 1 each Vending Machine 175 lbs 25 each Vidmar Cabinet 200 lbs each Schedule C Statement of Work Contractor: Contract Number: Job Title: Relocate All Collateral Equipment at NSWDG (Machine Shop, Welding Shop, Carpenter Shop, HVAC Shop and Electrical Shop) Period of Performance: Completion Seven (7) Days After Date of Award Place of Performance: Naval Special Warfare Development Group (NSWDG), Virginia Beach, Virginia Description of Services: a. Contractor shall provide labor and equipment to relocate all of the collateral equipment in the machine shop, welding shop, carpenter shop, HVAC and electrical shop at NSWDG 2. Government Furnished Equipment: Students will bring personal clothing and equipment for students. 3. Contractor Furnished Equipment (CFE): a. Firing Ranges b. Instructors and Instructional Materials c. Tactical Vehicles and Night Vision Goggles (PVS-14) for Driver Training d. Weapons, Magazines, and Ammo Equipped for Simunitions Use e. Immediate First Aid and Immediate Critical Medical Care f. Ordnance Storage g. Role Players h. On-Site Berthing (Monday evening through Friday morning for both weeks) with separate rooms for male/female attendees and meal service (breakfast, lunch, and dinner) during training period. i. Written assessment of student skill attainment will be required and submitted by instructors upon completion of training 4. Security Requirements: a. Contracting Facility and Personnel providing instruction must have a SECRET security clearance. 5. Point of Contact: a. Contractual Point of Contact is Christine Anderson, Contract Specialist, Naval Special Warfare Development Group (NSWDG), Phone: (757) 492-7960 extension 2210; Fax (757) 492-7954; Email to christine.anderson@nswdg.navy.mil The following provisions are incorporated into the RFP: FAR 52.212-1 ?Instructions to Offerors -- Commercial Items (Jan 2006) FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. Award will be based on lowest price, technically acceptable proposal. FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Mar 2005) Email Christine Anderson at christine.anderson@vb.socom.mil for copy of clause with fill-ins. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2006)(Deviation) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2006) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information and copies of the solicitation, must be in writing and submitted via email to Christine Anderson at christine.anderson@nswdg.navy.mil. Proposals shall be prepared in company format and sent to the attention of Christine Anderson at christine.anderson@nswdg.navy.mil or by fax at (757) 492-7954. Offers must be received at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00pm Eastern Standard Time (EST) on 26 September 2006. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, VA
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01149951-W 20060922/060920221713 (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.