Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

40 -- AWNINGS

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-T-0097
 
Response Due
4/26/2007
 
Archive Date
5/11/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number N68836-07-T-0097 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-07-T-0097. The North American Industry Classification System (NAICS) Code is 314912 and the Small Business Size Standard Size is 500. Procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. All work shall occur upon Naval Air Station Joint Reserve Base, Fort Worth, Texas (NAS JRB Fort Worth). The objective or end-result product to be achieved is the installation of one (1) 78? x 0? which will be adding to the existing one and two (2) 20? x 0? inch outdoor awnings. This awning is for the main walk entrance and the sides of the Moreland Hall Dining Facility. The contractor shall purchase and install all equipment, tools and materials necessary to install all parts of the awning. The front awning should be 78? x 0?, and the two side awnings should be 20? x 0?. The awnings should be blue in color with white 18? letters on the front which reads MORELAND HALL DINING FACILITY. In order to achieve the objective the contractor must fabricate (3) custom frames, supply the materials/Labor for (3) new covers, apply graphics to front of 78? x 0? structure, install (1) 78? structure every other post installed in concrete and all others to be flush mounted on existing concrete pad, and install (2) 20? x 0? structures in concrete piers. The contractor shall provide and install all (3) awnings with all tiled in area specific within a 2 month period. The contractor shall provide accurate "as built" drawings of the awnings we are requesting. All awnings being installed and extended from the existing awning will be new. The contractor shall provide all labor, equipment and materials necessary to engineer, furnish, install, test, and design the new awning. In order to achieve the objective the contractor must fabricate (3) custom frames, supply the materials/Labor for (3) new covers, apply graphics to front of 78? x 0? structure, install (1) 78? structure every other post installed in concrete and all others to be flush mounted on existing concrete pad, and install (2) 20? x 0? structures in concrete piers. The prime contractor shall ensure that any subcontractors comply with the provisions of the contract and this statement of work. The contractor shall notify the government point of contact of any discoveries and or corrections of deficiencies that have the potential of affecting services to the facilities. Prior to the start of the installation, the contractor shall be required to attend a meeting with the government point of contact and others involved personnel, designated by the government point of contact. At this meeting, access to the facilities building 1506 located on NAS JRB Naval Base in Fort Worth, TX. As well as all existing communications infrastructure facilities, shall be coordinated and 'points of contact between the contractor and the facility established. The contractor shall maintain the installation and storage areas free from accumulation of waste material and rubbish. Upon completion of the project, the contractor shall remove all tools, equipment or materials that arc not designated as government property from the premises. Upon completion of work, the work areas shall be in a clean and non-obstructive condition. The contractor shall test and make operational all newly installed tiled for the designated facilities as specified within this statement of work and any applicable documents. Any downtime shall be coordinated with the government point of contact. Minimum down time is to be incurred by installation users during testing and cutover. The contractor is to notify the government point of contact twenty-four (24) hours prior to any final changes. The contractor shall clean all fiber termination points prior to completion of tile, and shall perform a final acceptance test of the newly installed tile strands contained within the facility in the presence of the government point of contact or a duly authorized designee. The contractor shall provide all equipment and materials required to install, verify and test the newly installed awnings. The front awning should be 78? x 0?, and the two side awnings should be 20? x 0?. The awnings should be blue in color with white 18? letters on the front which reads MORELAND HALL DINING FACILITY. No damaged awnings parts, components or other materials shall be installed. The contractor shall perform work associated with awning. Safety is paramount during all phases of the awning installation. At any time, should it be determined from reputable sources that equipment is being operated or that work is being performed in an unsafe manner, all work will be suspended until the contractor has corrected the problem. The contractor is responsible for reporting any Occupational Safety and Health Administration (OSHA) violations that occur on the job site or among any employees to the installation NAVOSH manager. The contractor shall provide all labor, equipment and materials necessary to engineer, furnish, install, test, and design the new awning. In order to achieve the objective the contractor must fabricate (3) custom frames, supply the materials/Labor for (3) new covers, apply graphics to front of 78? x 0? structure, install (1) 78? structure every other post installed in concrete and all others to be flush mounted on existing concrete pad, and install (2) 20? x 0? structures in concrete piers. The prime contractor shall ensure that any subcontractors comply with the provisions of the contract and this statement of work. Should the contractor deem that any service interruption will occur from the installation of this new flooring plan, the contractor shall notify the government point of contact as early as possible. The contractor shall afford the government a reasonable span of time for the procurement of an alternative service method, should that necessity exist. The Navy assumes no responsibility for the accuracy of awning details. The contractor shall be responsible for the ultimate accuracy and completeness of all data, drawings, plans, materials lists, and work schedules produced as part of the contract and this statement of work. The contractor is responsible for obtaining all licenses and permits at no cost to the government and complying with all applicable laws, codes or regulations at delivery location. The contractor shall submit the Federal Communications Commission (FCC) registration and certificate number for direct interconnection in accordance with FCC rules and regulations, part 68. The contractor will perform an acceptance test of the newly installed awning for all designated areas located in the facilities in the presence of the government point of contact or a duly authorized representative to demonstrate the acceptability of the project installed. Testing shall be bi-directional. The contractor will furnish all labor, equipment and instruments required to conduct the test. Any defective workmanship or material disclosed by the test shall be immediately replaced by the contractor and retested. System acceptance testing shall consist of, but shall not be limited to the following tests: Insulation resistance, shorts, opens, and reversals, splits, matching, and stationary steel poles. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), 52.211-17 Delivery of excess Quantities (SEP 1989), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.247-34 F.O.B. Destination (Nov 1991). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 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 (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (MAY 2004), 52.232-18 Availability Of Funds (APR 1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252.211-7003 - Item Identification and Valuation (JAN 2004), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). NAVSUP H25, SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP), Freedom Of Information Act (FOIA). 52.204-9 ? Personal Identity Verification of Contractor Personnel (Jan 2006) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV 1995) with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 11:00 A.M., 26 Apr 07 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-26698, EMAIL: maria.gauntt@navy.mil
 
Place of Performance
Address: DINING FACILITY, 1506 MILITARY PARKWAY, BLDG. 1506, FORT WORTH, TX
Zip Code: 76127
Country: UNITED STATES
 
Record
SN01270310-W 20070412/070410221331 (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.