Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

72 -- Decking work on board US NAVY ship.

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V219580207039
 
Response Due
8/25/2010
 
Archive Date
9/9/2010
 
Point of Contact
Wilson Gaillard 757-443-1706 Alternate POC:Charles Loss757-443-1343
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is V219580207039. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100810. 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 238330 and the Small Business Standard is $14 Mil. This is a competitive action. The Fleet & Industrial Supply Center Norfolk requests responses from qualified sources capable of providing items for shipboard habitability renovations in accordance with Attachment I. Delivery is September 24th 2010; Delivery Location will be the Ship Piers, Joint Expeditionary Base-Little Creek, Virginia Beach,VA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract is 100% set aside for small business concerns. The following FAR provision and clauses are applicable to this procurement: 1. Mandatory Site Visit: There will be a mandatory Site Visit for all interested vendors, onboard the ship on 19 August at 10 AM E.S.T. Any contractor nor present for site visit will not be considered for award should any follow-on amendments be issued for this RFQ. Vendors shall contact Mr. Charles Loss prior to the RFQ close date and time to be added to the site visit access list. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The relative importance of the factors is as follows: Past Performance will be more important than Price. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 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 (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). (Fax Number: 757-443-1402) Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 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 (JAN 2005), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Site Visit: There will be a mandatory Site Visit for all interested vendors, onboard the ship on 19 August at 10 AM E.S.T. Any contractor nor present for site visit will not be considered for award should any follow-on amendments be issued for this RFQ. Vendors shall contact Mr. Charles Loss prior to the RFQ close date and time to be added to the site visit access list. This announcement will close at 1630 on 25 August 2010. Contact Mr. Wilson Gaillard who can be reached at 757-443-1343 or email wilson.gaillard@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V219580207039/listing.html)
 
Place of Performance
Address: 1320 BARNSTABLE COUNTY ROAD, VIRGINIA BEACH, VA
Zip Code: 23459
 
Record
SN02239273-W 20100814/100813000226-5563a47a588f2d7d62f0d11d3de84bd8 (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.