Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOLICITATION NOTICE

71 -- CABINETS FOR THE SOILS LAB

Notice Date
6/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC JACKSONVILLE DET GULFPORT, 2401 UPPER NIXON ROAD, GULFPORT, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-Q-U509
 
Response Due
7/5/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N68836-07-Q-U509. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005?17 and Class Deviation 2005-o0001. It is the contractor?s responsibility 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 337127 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. The FISC Jacksonville DET Gulfport requests responses from qualified sources capable of providing replacement cabinets for the soils lab. The cabinets are used to store soils testing equipment. The top surfaces of the cabinets are used for keeping equipment on it as well. The requirements for the cabinets are as follows: (1) 36 inch deep wood base cabinets. (a) The cabinets along the walls need to be standard one shelf with two solid doors. (2) one inch epoxy resin counter tops. (a) The epoxy resin is needed because of the use of hot plates and ovens. (3) Wood wall cabinets. (a) The wall cabinets will be run along the east and west walls only. (b) The cabinets will need to be standard one shelf with solid doors, (4) 4 ft x 16 ft center working area (island). (a) The working area needs to have both shelved and drawer cabinets. (b) The shelved cabinets need to be standard one shelf with solid doors. (c) The drawer c abinets need to have 4 full width drawers. (d) needs one inch epoxy resin counter top. (5) Two sink areas. (a) The sink areas will remain in the existing areas. (b) Sinks and faucets. (6) Fume hood. (a) The fume hood would be a basic 36 inch x 36 inch with a light and blower switch. (b) The addition of a fume hood is required to complete soils tests. (c) The fume hood will be placed at the north end of the west wall. (7) Removal and installation. (a) Removal can be done by customer prior to installation. (b) To include installation of equipment. (8) Lab sketch available upon request. Delivery is three weeks after award of contract. The shipping terms will be F.O.B. Destination, Gulfport, MS 39501-5001 with inspection and acceptance at destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? (b)(16) 52.222-21, (b)(17) 52.222-26, (b)(18) 52.222-35, (b)(20) 52.222-37, (b)(23) 52.225-1, (b)(26) 52.225-13, (b)(31) 52.232-33. Quoters shall include a completed copy of 52.212-3 Alt I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS Clause 252.212-7000, Offeror Representations and Certifications ? Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (b) 252.225-7001, and 252.232-7003. Additional Contract Terms and Conditions applicable to this procurement are Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Warranty: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon completion of installation for the items listed in the schedule. This announcement will close at 3:00 pm on 6 July 2007. Contact Carmen D. Urbati who can be reached at 228-871-2267 or email carmen.urbati@navy.mil. Questions should be faxed/emailed by 26 June 2007. Oral communications are not acceptable in response to this notice. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based on responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price and delivery/a determination of responsibility/technically acceptable low bids/past performance. 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 unit price(s), extended price(s), FOB point, delivery time, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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.
 
Place of Performance
Address: NAVAL CONSTRUCTION TRAINING CENTER, GULFPORT MS
Zip Code: 39501
Country: UNITED STATES
 
Record
SN01321748-W 20070620/070618221122 (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.