Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

93 -- Manufacture Stainless Steel Fire Suppression Tanks

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A10R0009
 
Response Due
8/25/2010
 
Archive Date
9/9/2010
 
Point of Contact
Dorothy Streekmann 850-230-3221
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item 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; proposals are being requested and a written solicitation will not be issued. This request for proposal N0463A-09-R-0006 is the only written solicitation which will be issued, unless amended. This requirement is a 100 percent Small Business Set-Aside under NAICS code 332313, size standard 500. The Navy Experimental Diving Unit (NEDU) has a requirement for the manufacture and delivery of stainless steel tanks for the fire suppression system of the Ocean Simulation Facility (OSF). The work consists of the fabrication of six (6) stainless steel, grade 316, fire suppression tanks to include painting, marking/tagging, testing, inspection, and delivery in accordance with the requirements of the attached Statement of Work. Offeror shall complete delivery no later than 29 OCT 2010. Delivery is FOB Destination at NEDU, 321 Bullfinch Road, Panama City, FL 32407. The offeror shall provide a firm fixed price offer to include all labor, materials, supplies, services, equipment, and delivery in accordance with the specifications listed in attached SOW for the following. CLIN 0001 - Provide all shop supervision, labor, materials, equipment, tools, consumables and transportation required to detail, fabricate, paint, mark/tag, test, inspect and deliver stainless steel grade 316, nominal 240 gallon (32 ft3 FV) capacity, 300 psig maximum ambient working pressure (MAWP), vertical skirt supported American Society of Mechanical Engineers (ASME) code stamped fire suppression tanks in accordance with the specifications listed in the attached SOW, Atch 1 Existing Tank Drawing, Atch 2 Existing Tank Photographs, Atch 3 DWG #RJS/ 10-182-01, and Atch 4 P CARB134. Quantity six (6), Unit of Issue is Each, Quote Unit Price and Total Price. CLIN 0002 - Deliverables in accordance with attached SOW not separately priced. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications on schedule. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the required delivery timeframe. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 -Price -Offeror shall provide pricing of CLIN 0001 to include FOB Destination delivery to NEDU and standard commercial warranty. The government will make a best value determination based on these factors. The Government will evaluate the total price for the basic requirement. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror's name, address, point of contact, phone and e-mail address; (3)offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offeror ineligible for award; (5) confirmation of ability to meet the required completion time; (6) completed copies of FAR 52.212-3; (7) past performance data; (8) actual weld procedures with supporting personnel qualifications report; (9) proof of an established formal quality control plan, (10) proof that offeror is an ASME Coded Fabrication Facility; and (11) confirmation that proposed price is FOB Destination. The clause DFARS 252.211-7003 Item Identifier and Valuation and FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, and 52.232-33, 52.203-3, 252.203-7000, 252.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.232.7010, 252.243-7002 and 252.246-7003. Questions must be submitted by email to Dorothy Streekmann at dorothy.streekmann@navy.mil no later than 2:00 p.m. CST on 25 Aug 2010. Questions received after this time may not be entertained. Proposals must be received no later than 2:00 p.m. CST on 31 AUG 2010. Electronic proposals are encouraged to Dorothy Streekmann at dorothy.streekmann@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Dorothy Streekmann, Contract Specialist, 321 Bullfinch Road, Panama City, FL 32407.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A10R0009/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, FL
Zip Code: 32407
 
Record
SN02231772-W 20100808/100806235220-9bfc4423668dfbfa3dad979ce71a0c14 (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.