Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
MODIFICATION

N -- Replace sixty (60) dual-hinged, manual, dock levelers

Notice Date
9/27/2006
 
Notice Type
Modification
 
Contracting Office
N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018906T0524
 
Response Due
9/28/2006
 
Archive Date
10/26/2006
 
Point of Contact
LAURA R. HOHBACH 757-443-1393 CONTACT DAVID CASS FOR SITE VISIT AT 757-445-1637 EXT 302 OR DAVID.CASS@NAVY.MIL
 
E-Mail Address
Email your questions to CONTRACTING OFFICER
(LAURA.HOHBACH@NAVY.MIL)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ reference number is N00189RCD678. This solicitation incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 20060908. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561790 and the Small Business Standard is $6.5M. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center, Norfolk requests responses from qualified sources capable of providing firm fixed price services for the following statement of work: Replace sixty (60) dual-hinged, manual, dock levelers. Dock levelers are located at building CEP-201 on Naval Station, Norfolk, Virginia. They are attached to truck loading doorways, and are used to bridge the gap between the warehouse floor and the floor of trucks being loaded. The dock levelers are completely manual, and have no electrical, hydraulic, or pneumatic components. The design consists of a plate connected to the wall under the truck door by a hinge. The plate is also hinged in the middle to allow the dock leveler to be folded (sandwiched) when lifting it up between the building and the parked truck. A large spring under the dock leveler provides assistance in lifting it into place. The provider shall replace all dock levelers with the following features and specifications: - Centerplate and lip are constructed of at least 55,000 lb minimum yield steel tread plate - Levelers must have a deck width of 72?. - Levelers provide an operating range of 5? above and 5? below dock with a minimum lip projection of 12 ?? and an overall span of 27 ?? - Levelers must have a continuous hinge design with grease fittings - Levelers must have 20,000 lb dynamic capacity - Levelers must have a Mechanical Torsion Spring Lift Assist for ease of handling - Levelers must have a lifting hook to raise and extend onto truck bed - Levelers must have a plate steel bump blocks and molded cord rubber bumpers to protect leveler from truck damage. The provider is responsible for the removal and disposal of existing dock levelers. The provider will install the new dock levelers with plate steel bump blocks and molded cord rubber bumpers. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items: The Government intends to make a single award to the lowest price, responsible offeror. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: within FAR 52.212-5, the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.o.s, proclamations, and administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.232-36, Payment by Third Party (May 1999) 52.222-41, Service Contract Act of 1965, as Amended (JULY 2005)(41 U.S.C. 351, et seq.). - WAGE DETERMINATION NO: 05-2543 REV (01) is applicable to this procurement and will be incorporated in the resultant order. Please visit http://www.wdol.gov/ for a copy of the wage determination or contact the contract specialist listed in this announcement 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.215-5, Facsimile Proposals ? (757) 443-1376 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes ? Fixed Price 52.243-1, Changes ? Fixed Price Alt II 52.237-1 -- Site Visit (Apr 1984) CONTACT CRISPIN TOLEDO AT 757-444-2395 OR CRISPIN.TOLEDO@NAVY.MIL FOR COORDINATION OF SITE VISIT. Additional contract terms and conditions applicable to this procurement are: 252.204-7004 Alt A, CCR Alternate A 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7000 Buy American Act ? Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631) Alternate III (MAY 2002) of NNZ 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), price breakdown (labor rates, labor hours, and materials), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. The Government intends to make a single award to the lowest price, responsible offeror. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close on 28 September 2006. Responses may be submitted to Laura R. Hohbach by facsimile at (757) 443-1376 or emailed to laura.hohbach@navy.mil. Oral communications are not acceptable in response to this notice. Anticipated award date is prior to 30 September 2006.
 
Record
SN01156141-W 20060929/060927221116 (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.