Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

95 -- MODIFIED STEEL PLATES - Package #1

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
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
H92244-10-T-0246
 
Archive Date
8/28/2010
 
Point of Contact
Tina Ford, Phone: 757-893-2865
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAWINGS This is a combined synopsis/solicitation prepared in accordance with the format 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 issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0246 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 July 2010. This procurement is small business set aside and the associated North American Industrial Classification Code (NAICS) 332322 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B: Schedule of Supplies/Services CLIN 0001 FABRICATION OF STEEL PLATES WITH MACHINED HOLES QTY 20 EACH Description: The following is as shown in government furnished sketch labeled Drawing #1. 1. Contractor shall drill 7/8" holes around the perimeter of 20 sheets of steel plate 2. The contractor shall drill 1" hole centered on the top end of each sheet of steel 3. The contractor shall machine a ½" high by 2" wide notch centered on the bottom end of each sheet 1001 FABRICATION OF STEEL PLATES WITH MACHINED HOLES QTY 10 EACH (OPTION) 1002 FABRICATION OF STEEL PLATES WITH MACHINED HOLES QTY 10 EACH (OPTION) 1003 FABRICATION OF STEEL PLATES WITH MACHINED HOLES QTY 10 EACH (OPTION) CLIN 0002 FABRICATION OF STEEL PLATES WITH MACHINED HOLES AND DOOR OPENING. QTY 20 EACH Description: 1. Contractor shall cut an opening in each sheet of steel that is 34 ½ inches wide by 74 ½ inches high. The bottom edge of the opening shall be 5 inches from the bottom edge of the steel plate. The corners of the opening shall have 12" radius. The following is as shown in government furnished sketch labeled Drawing #2 2. The contractor shall drill 7/8" holes around the perimeter of each plate of steel as shown in government furnished sketch labeled Drawing #1. 3. The contractor shall drill a 1" hole centered on the top of each sheet of steel as shown in government furnished sketch labeled Drawing #1 4. The contractor shall machine a ½" high by 2" wide notch centered on the bottom end of each sheet of steel as shown in government furnished sketch labeled Drawing #1. 2001 FABRICATION OF STEEL PLATES WITH MACHINED HOLES AND DOOR OPENING. QTY 10 EACH (OPTION) 2002 FABRICATION OF STEEL PLATES WITH MACHINED HOLES AND DOOR OPENING. QTY 10 EACH (OPTION) 2003 FABRICATION OF STEEL PLATES WITH MACHINED HOLES AND DOOR OPENING. QTY 10 EACH (OPTION) Deliver to: FT Story, Virginia Beach, VA 23509 CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments 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 Apr 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jul 2010 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item Mar 1989 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes-Fixed Price Aug 1987 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jun 2010 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 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. 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: technical capabilities, past performance, price, all, when combined are comparatively equal. Government will award this contract based on best value to the government. (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 Alt I Offeror Representations and Certifications Commercial Items (APR 2002) - Alternate 1 Aug 2009 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 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 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) 893-2713. 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. 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: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil; phone (757) 893-2865; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of contact for this procurement is Tina Ford at tina.ford@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by email at tina.ford@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 09:00 a.m. Eastern Standard Time (EST) on Friday, 13 August 2010. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offerer must be registered with the Central Contract Registration (CCR) to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0246/listing.html)
 
Place of Performance
Address: FT STORY, VIRGINIA BEACH, VA, VIRGINIA BEACH, Virginia, 23509, United States
Zip Code: 23509
 
Record
SN02230912-W 20100807/100806000012-bd01adb2bf7907b9d9155a082fd1dc3a (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.