Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

99 -- Mezzanines

Notice Date
8/28/2008
 
Notice Type
Modification/Amendment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-08-T-0211
 
Response Due
9/8/2008 10:00:00 AM
 
Archive Date
9/23/2008
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being requested as a Request for Quote (RFQ); solicitation number is H92244-08-T-0211, as a Firm Fixed Price (FFP) type contract with fixed unit prices. The anticipated award date is on or about 3 September 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 June 2008. North American Industrial Classification Code (NAICS) 238390 applies to this procurement. This procurement is set-aside 100% for small business. The size standard is $13 Million. Schedule of Supplies/Services CLIN 0001: The contractor shall provide and install a mezzanine system for Highbay#1. The mezzanine system shall be approximately 18' x 24' x 8'. The system shall at a minimum have a load capacity of 125psf with a deflection factor of 1/360 of the span for the deck beams and support beams. Foot plates shall be placed around the base of the "I" beams. The government requires a steel bar grating of 1" x 1/8" to be used. The contractor shall provide two "ship" style ladders. The contractor shall provide hand rails, a portion of which shall be removable. Beneath the mezzanine the contractor shall be required to provide 2 rows of heavy duty racks (shelves) with wire shelf decking (23' long x 42" to 48" deep x 72" high. CLIN 0002: The contractor shall provide and install a Steel Shelving System for High Bay Dev 1. The contractor shall be required to install 2 rows of 96"w x 36"d x 96"h, and 2 rows of 72"w x 36"d x 96"h with 4 shelving levels. The shelves are required to be all steel with a minimum load capacity of 1,200 lbs and 2,000 lbs respectively. The contractor shall provide and install six modular drawer cabinets (30"w x 27"d x 44"h) with 7 drawers per cabinets and divider kits for each drawer (load capacity of each drawer is required to be 400 lbs). CLIN 0003: The contractor shall provide and install a mezzanine system for Highbay#3. The mezzanine system shall be approximately 18' x 24' x 8'. The system shall at a minimum have a load capacity of 125psf with a deflection factor of 1/360 of the span for the deck beams and support beams. Foot plates shall be placed around the base of the "I" beams. The government requires a steel bar grating of 1" x 1/8" to be used. The contractor shall provide two "ship" style ladders. The contractor shall provide hand rails, a portion of which shall be removable. Beneath the mezzanine the contractor shall be required to provide 2 rows of heavy duty racks (shelves) with wire shelf decking (23' long x 42" to 48" deep x 72" high. In addition the contractor shall be required to install 4 cages (16' 6" x 7', 5'6" x 7', 19'7" x 7', 6' ¼' x 7') with each having a 4' slide gate w/padlock lugs. The cage shall be constructed of 10 gauge, 1.5" diamond mesh (color: gray). The contractor shall provide and install a 7 Drawer Heavy Duty Cabinet (30"w x 27"d x 44" h) with divider kits. CLIN 0004: The contractor shall provide and install a mezzanine system for Highbay#4. The government has a preexisting pallet rack system that shall remain, the contractor shall be required to install the mezzanine system on the existing pallet rack system. The approximate size of the mezzanine shall be 12' x 8' with bar grating deck. Structural specifications shall match CLINS 0001 and 0002. The contractor shall be required to install 1 cage approximately 15' 2" w x 7' high with a 4 foot slide gate with padlock lugs. The cage shall be constructed of 10 gauge, 1.5" diamond mesh (color: gray). All measurements are approximate, the contractor will be required to attend a site visit. A site survey will be conducted at the Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 on Tuesday, August, 26, 2008 at 9:30AM EST. Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, make/model/license plate information, number of vehicles by no later than Thursday, 21 August 2008 at 9:00AM EST to Kenneth Brumfiel via email at kenneth.brumfiel@vb.socom.mil, please call me back at 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. Deliver to: NSWDG, 30-45 days ARO. FOB: Destination FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-2 Certificate of Independent Price Determination (Apr 1985) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.203-11 Certificate and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007) FAR 52.209-5 Certificate Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (Dec 2001) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (AUG 2007) (DEVIATION) FAR 52.219-6 Notice Of Total Small Business Set-Aside (JUN 2003) FAR 52.219-7 Notification of Partial Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-9 Small Business Subcontracting Plan (NOV 2007) FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.219-28 Post-Award Small Business Program Representation (JUN 2007) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2007) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-41 Service Contract Act of 1965, as amended (JUL 2005) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.222-50 Combating Trafficking in Persons (Aug 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (Sep 2006) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.245-1 Government Furnished Property (Jun 2007) FAR 52.246-25 Limitation of Liability - Services (Feb 1997) FAR 52.249-2 Termination for Convenience of the Government (Fixed Price)(May 2004) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) DFARS 252.204-7004 Central Contractor Registration (NOV 2003) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) SOFARS 5652.228-9000 Required Insurance (2003) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, past performance, delivery date, and technical capability of the item offered to meet the Government requirement;. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for 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 after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252.2 Clauses Incorporated By Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (AUG 2007) Alternate I (APR 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2716. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel, Contract Specialist; Email address: kenneth.brumfiel@vb.socom.mil; phone (757) 893-2716; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Questions will be accepted until August 27, 2008 at approximately 2:00 p.m. EST and posted by the next day. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at Kenneth.Brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at Kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 a.m. Eastern Standard Time (EST) on September 8, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc6110f90ab8b320cb21233faa595c1a&tab=core&_cview=1)
 
Record
SN01654416-W 20080830/080828222842-fc6110f90ab8b320cb21233faa595c1a (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.