Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

71 -- Office Cubicles to match existing Cubicles, Site Visit Encouraged

Notice Date
5/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, N00253 NAVAL UNDERSEA WARFARE CENTER DIVISION 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025308T0129
 
Response Due
6/13/2008 3:00:00 PM
 
Point of Contact
Paul Grdina, Phone: 360-315-8471
 
E-Mail Address
paul.grdina@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This modification/amendment is issued to incorporate revisions. CLIN 0001 has been increased to a total of Thirty-one cubicles, CLINs 0004 and 0008 have been deleted in its entirety, another site visit has been scheduled as well as extending the deadline for proposals. Other changes have been incorporated as well. Please read the announcement in its entirety to ensure all changes are noted. This is a combined synopsis solicitation for commercial items prepared in accordance with the format in 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 solicitation number is request for quote (RFQ) N00253-08-T-0129. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This requirement is not a small business set-aside. The applicable NAICS Code is: 337211 with a size standard of 500 employees. Naval Undersea Warfare Center (NUWC) Division Keyport is seeking sources to provide the following: CLIN 0001: Thirty-one office cubicles similar in size and configuration to current cubicle configuration, dimensions. CLIN 0002: Complete furnishings for three separate offices, to include desks, file cabinets, pencil drawers, keyboard tray, etc. CLIN 0003: Complete furnishing for a Division head office to include desk, files cabinets, table, chairs, keyboard trays, pencil trays, etc. CLIN 0005: Design and provide a reception area with desk and sufficient storage for maintaining of general office supplies, such as folders, toner cartridges, design and provide a mail sorting distribution area. CLIN 0006: One guest chair for each cubicle and offices. CLIN 0007: High density file storage, i.e., Lektrievers or similar storage, must provide documentation on units and scale to the site plans. Contractor to provide standard commercial warranty. Materials must be manufactured using Environmentally Preferable Products (Green Products). Material must be delivered and installed upon delivery. NUWC Keyport does not have additional facilities for storage of furniture. A site visit is re-scheduled for 22 May 2008 at 0800 at NUWC Division Keyport and site plans will be provided upon request. All potential bidders must submit a request to be included in the site visit via email to Sunny Rocheleau, email address Sondra.rocheleau@navy.mil and - or nicky.champion@navy.mil. Note 1: All questions regarding this solicitation shall be submitted in writing as soon as practicable after receipt of solicitation. Questions may be forwarded via facsimile to (360) 396-7036 or via E-Mail to sondra.rocheleau@navy.mil or Paul Grdina at paul.grdina@navy.mil. The deadline for questions is set at 4 p.m. (PST) 06 June 2008. Note 2: Any exceptions or deviations to the Government specifications must be clearly identified in a cover letter and submitted as part of your proposal. If deviations are proposed, the offeror shall provide an explanation of how the proposed service meets the requirements of the specifications. Failure to notify the Government of all deviations prior to award may be grounds for contract termination. Approximate required delivery/installation date to be 30 Sep 08. Delivery to be FOB Destination to: Naval Undersea Warfare Center Keyport, Receiving Officer Bldg 893, 610 Dowell Street, Keyport WA 98345-7610. Inspection and Acceptance to be at Destination. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single award for all items. Due to the interrelationship of supplies and-or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green database. Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or offerors complete these representations and certifications electronically via the ORCA website at http://orca.bpn.gov. Clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The following FAR clauses are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.211-6 Brand Name or Equal, 52.223-4 Recovered Material Certification, 52.225-18 Place of Manufacture, 52.228-5 Insurance Work on a Government Installation, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.242-15 Stop Work Order, 52.242-17 Government Delay of Work, 52.233-4 Applicable Law for Breach of Contract Claim, 52.247-34 FOB Destination. The following DFARS clauses and provisions are applicable to this acquisition: 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, 252.232-7010 Levies on Contract Payment, 252.243-7001 Pricing of Contract Modifications, and 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, and 252.225-7035 Buy American Act Balance of Payments Program Certificate. The following FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52. 203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 52.225-7036 Buy American Act, Freed Trade Agreements, Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. The following Red/Yellow/Green evaluation clauses are incorporated by reference: 252.213-9401 Notice to Prospective Suppliers, 252.213-9402 Additional Evaluation Factor for Consideration of Past Performance Navy Red/Yellow/Green Program, Quotes/Offers are due no later than March 28, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses (3) submit manufacturer information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same. Quotes will be due no later than 1500 Pacific Time on 13 June 2008 to points of contacts previously stated above. Approximate installation and completion date to be 30 Sep 2008 with all units ready for use.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca12ad401973a7f7447dc67753c49de2&tab=core&_cview=1)
 
Record
SN01574725-W 20080518/080516215533-ca12ad401973a7f7447dc67753c49de2 (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.