Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

83 -- Recover canopy and curtains

Notice Date
3/5/2009
 
Notice Type
Presolicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
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
N6114209RC002
 
Response Due
3/19/2009
 
Archive Date
4/19/2009
 
Point of Contact
Marcella Claire 757-443-1299 LT Rory Schneider, 202-433-6111, technical assistance
 
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 item under RFQ N6114209RC002FN. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s): Recover canopy and curtains for USS Barry (located at Washington Navy Yard, Wash, DC) Canopy recover on rear of USS Barry. Style: large hipped roof, free standing canopy made in 8 sections, laced to outside frame bars. Recover all roll curtains on rear and both sides of canopy, size: approx 27 curtains with a total of 175ft X 8.5ft. Breakdown: (19ea) 7'x8'6", (2ea) 3'x8'6" and (6ea) 5'x8'6".Clear plastic windows and zippers. Any further technical assistance or specs for this requirement, please address to LT Rory Schneider, 202-433-6111, (rory.schneider@navy.mil) Desired delivery, 3 weeks after receipt of order, FOB point destination preferred, however,any shipping charges to be covered by STS (Smart Transportation Solution). If providing equal, please provide descriptive data. 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 (SEP 2006); 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 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), 52.215-5 Facsimile Proposals (OCT1997); 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 (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996); 52.247-29 FOB Origin (FEB 2006) 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); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.227-7037 Validation of Markings (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007), 5252.NS-046P Prospective Contractor Responsibility (AUG 2001), 5252.NS-054T Transportation - STS (FEB 2006). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Prospective contractors, please be registered in Wide Area Workflow for electronic invoicing. Assistance to get registered: https://wawf.eb.mil Responses to this solicitation are due by March 19, 2009 at 16:30 (4:30 P.M.) EST. Offers can be emailed to marcella.claire@navy.mil, faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: Marcella Claire Code 230A6, Norfolk, VA.23511-3392. Reference RFQ N6114209RC002FN on your proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a2b80a0eb1e574c4775ed27af5372d8f&tab=core&_cview=1)
 
Record
SN01762888-W 20090307/090305220839-5ab7bbf7a1e919adb947a61cacbd5ad9 (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.