Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

X -- Training rooms rental

Notice Date
5/29/2008
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908T0325
 
Response Due
6/4/2008
 
Archive Date
6/19/2008
 
Point of Contact
Jordan Dorsey 757-443-1411
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N00189-08-T-0325. A subsequent solicitation document will not be issued. 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 531120 and the Small Business Standard is $6.5M. This will be a Total Small Business Set-Aside. The Fleet and Industrial Supply Center, Norfolk requests responses from qualified, responsible sources capable of providing four (4) training rooms to conduct Navy ERP training. Rooms must meet the specifications in the attached Statement of Work (SOW). All clauses shall be incorporated by reference in the order. Quoters must be registered in the Central Contractor registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006)52.212-1 Instructions to Offerors Commercial Items (APR 2008)52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007)Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (MAR 2007)52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793)52.222-50 Combating Trafficking in Persons (AUG 2007)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-36 Payment by Third Party (MAY 1999)52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003)252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) All quotes shall include: (1) price for the CLIN listed in the attached schedule;(2) written information on the location and description of the facilities you will provide to meet the requirements set forth in this synopsis/solicitation; (3) a point of contact, name / phone number / email, business size, and payment terms (4) and remittance address, Tax I.D. #, Duns #, and Cage Code. This is a firm fixed priced order and award will be made utilizing the Simplified Acquisition Procedures under FAR Part 13. The Government intends to make a single award to the lowest price, responsive, responsible vendor. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. Each response must clearly indicate the capability of the quoter to meet all requirements. This announcement will close on 4 June 2008 at 12:00 PM. Responses may be submitted to Jordan Dorsey by facsimile at (757) 443-1424 or emailed to jordan.dorsey@navy.mil. Oral communications are not acceptable in response to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a35fa277904934a4cd76173a36de50d&tab=core&_cview=1)
 
Record
SN01582696-W 20080531/080529221245-9ce38263ab11f1333f02762c30014981 (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.