Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

A -- The purpose of this work effort is to provide the Facilities Logistics Service Section (FLSS) with paint and materials on an as needed basis to various locations aboard Marine Corps Base Quantico VA.

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M00264 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026407T0132
 
Response Due
7/23/2007
 
Archive Date
7/23/2007
 
Description
The Facilities Logistics Service Section (FLSS) has a requirement for services. This is a combined synopsis/ solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (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. The subject Request for Proposals (RFPs), M00264-07-T-0132 incorporates provisions and clauses that are effective through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. SCOPE: The RFP shall address the technical requirements of paint and supply ordering system. Proposal must address the need for timely delivery of a variety of paint types and supply items to various locations. All paints must meet the Marine Corps standards which can be found in FEDERAL SPECULATION TT-P-1952D. INTENDED USE: The paint and required supplies will be used by FLSS for the upkeep and renovation of Marine Corps Base (MCB) Quantico. It will be used on an ?as-needed? basis. CHARACTERISTICS: These materials must meet the specifications in the following publications: FEDERAL SPECULATION TT-P-1952D and MCB Quantico Orders. VERIFICATION: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance of specifications. The offeror will be held responsible for any error in delivery or incorrect item. COMMERCIAL WARRENTY: Warranty provisions or exclusions shall be clearly stated in the offeror?s proposal submission. The Government anticipates issuing an Indefinite Delivery, Indefinite Quantity (ID/IQ) commercial contract to the successful offeror. Quantities and period of performance are as follows: 12 months beginning on the effective date of contract award with (4) four 12-month option periods (maximum ordering period not to exceed 60 months). Order Minimum Quantity is $18,000.00. Contract Maximum Quantity is $550,000.00. These units will be shipped F.O.B. destination to various locations aboard MCB Quantico, VA. Offerors may propose stepladder pricing, (e.g. 1-10 $xx; 11-20 $xx) for the Base year (i.e. CLIN 0001 and option years 0101, 0201, 0301, 0401 respectively. However, the price will be evaluated on an individual line item prices per year. FAR- 52.212-1, INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS: Multiple offers are discouraged. Offerors shall submit a price proposal for the base year and four option periods. The original and (2) copies are required. Proposals shal l be prepared using ?Arial? or ?New Times Roman? 11-point font style on 8 ? x 11 inch white paper. Tables and illustrations may be a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted need be double-spaced. Offerors should ensure that each page provides the identification of the submitting Offeror header or footer. Page count for the combined technical/ business proposal shall not exceed 15 pages. In addition to the written proposal, please include paint samples to be compared to existing paint colors being used. Sealed offers for the items to be provided shall be hand carried or express mailed via UPS or Federal Express to the following location by 1300 (EST) 23 July 2007; Regional Contracting Office; ATTN: Sgt Jessycca McKellop; Bldg 2010 Henderson Road; MCB Quantico, VA 22134. NOTE: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. Offerors are advised that pro posals sent by conventional US Mail Service are not routed directly to the above address. The award will be based on the lowest priced, technically acceptable proposal. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. Each offeror shall be evaluated relative to the following factors (listed in descending order of importance). FACTOR 1: Technical Ability/ Expertise Documents an in-depth understanding of the process required to provide: ? Ability to provide required paint types and supplies to meet or exceed Military and Government specifications as follows: 1) Sherwin Williams Paint, Part # B30, B20, B31, and B21 Series Promar 200 Semigloss or equivalent brand. Estimated yearly quantity: 1000 gals. 2) Sherwin Williams Paint, Part # A86, A87, A88 Series Super Paint Semigloss or equivalent brand. Estimated yearly quantity: 500 gals. 3) Sherwin Williams Paint, Part # B51, W50 Series Preprite Bonding Primer Flat or equivalent brand. Estimated yearly quantity: 500 gallons. 4) Sherwin Williams Paint, Part # B51 Series Preprite Problock Flat or equivalent brand. Estimated yearly quantity: 500 gallons. 5) Sherwin Williams Paint, Part # Tm2152/ TM2153 Federal Spec TT-P-1952D Type I and II White and Yellow Flat Hotline Traffic Paint (Non-Heated Application) or equivalent brand. Estimated yearly quantity: 300 gallons. 6) Sherwin Williams Paint, Part # TM2132 and TM 2135 Setfast Traffic Marking Red and Black Flat Paint (Non-Heated Application) or equivalent brand. Estimated yearly quantity: 50 gallons. 7) Sherwin Williams Paint, Part # B59 and B52 Series Silver ? Bright Aluminum Paint or equivalent brand. Estimated yearly quantity: 150 gallons. 8) Sherwin Williams Paint, Part# B66A50 DTM Bonding Primer Falt or equivalent brand. Estimated yearly quantity: 50 gallons. 9) Sherwin Williams Polyurethane, Part # A68 Series or equivalent brand. Estimated yearly quantity: 10 gallons. 10) Sherwin Williams Glazing Compound Part # 152-6854 or equivalent brand. Estimated yearly quantity: 50 gallons. 11) Sherwin Williams Sheetrock Topping Joint Compound Ready-Mixed 61.7 lbs pail or equivalent brand. Estimated yearly quantity: 300 pails. 12) Sherwin Williams Caulk, Pro Select Siliconized Acrylic Latex Caulk 12 Tubes to a case or equivalent brand. Estimated yearly quantity: 100 cases. 13) Sherwin Williams Joint Knives, Part # 161-9386 8? or equivalent brand. Estimated yearly quantity: 20 each. 14) Sherwin Williams Putty Knives, Part #160-8439 1-1/2? Estimated yearly quantity: 40 each. 15) Sherwin Williams Joint Knives, Part # 160-8371 6? flexible Estimated yearly quantity: 20 each. 16) Sherwin Williams Scrapper, Part # 160-8397 3? flexible Estimated yearly quantity: 30 each. 17) Sherwin Williams Scrapper, Part # 160-8397 3? stiff Estimated yearly quantity: 30 each. 18) Sherwin Williams Pail Popper, Part # 161-9378. Estimated yearly quantity: 20 each. 19) Sherwin Williams Polyethylene Film, Part # 152-3471 9?x 400? .70 mil ? 1 roll per box. Estimated yearly quantity: 50 boxes. 20) Sherwin Williams Polyethylene Film, Part # 152-3299 12? x 400? .70 mil ? 1 roll per box. Estimated yearly quantity: 50 boxes. 21) Sherwin Williams Caulk Gun Part # 155-7859 Dripless. Estimated yearly quantity: 30 each. ? Deliver needed paint and supplies within 48 hours after receipt of delivery order to various locations, specified at the time of delivery, aboard MCB Quantico, VA. ? Provide a sales representative to make a monthly site visit to introduce new products and to keep the Government abreast of changes in the industry standards. ? Replace all material that is incorrect or damaged within 48 hours after notification of the error or damage with no charge to the Government. ? Track orders and invoices. FACTOR 2: Experience Contractor must have In-depth knowledge and experience with all facets of the paint supply industry. Proposals must address the contractor?s ability to meet the supply and demand type functions required by FLSS. FACTOR 3: Price Although cost is the lowest important factor, it becomes increasingly important when offerors receive similar ratings for the other factors. FAR 52.201- DEFINITIONS; FAR 52.203-5 COVENANT AGAINST CONTINGENT FEES; FAR 52.203-6 RESTRICTIONS TO SUBCONTRACTOR SALES TO THE GOVERNMENT; FAR 52.203-7 ANTI-KICKBACK PROCEDURES; FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION; FAR 52.204-9 ? PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.211-6 BRAND NAME OR EQUAL; FAR 52.211-8 TIME OF DELIVERY ALT II; FAR 52.212-3 ? OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS; 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; FAR 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWS OF BIDS; FAR 52.216-2 ECONOMIC PRICE ADJUSTMENT ? STANDARD SUPPLIES; FAR 52.216-20 ? ORDER LIMITATIONS; FAR 52.217-8 OPTION TO EXTEND SERVICES; FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT; FAR 52.218-19 ? ORDERS; FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; FAR 52.222-26 E QUAL OPPORTUNITY; FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER ? CENTRAL CONTRACTOR REGISTRATION; FAR 52.242-17 ? GOVERNMENT DELAY OF WORK; FAR 52.222-42 ? STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; FAR 52.223-3 ? HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA; FAR 52.223-13 ? CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING; FAR 52.223-14 ? TOXIC CHEMICAL RELEASE REPORTING; FAR 52.247-34 F.O.B. DESTINATION; DFARS 252.201-7000 CONTRACTING OFFICER?S REPRESENTATIVE; DFARS 252.212-7001 CONTRACT TERMS AND CONSITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS are incorporated in this solicitation. Also, local clauses addressing Wide Area Work Flow and Authorized Personnel will be included.
 
Record
SN01336233-W 20070708/070706221249 (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.