Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

71 -- Theater Seating

Notice Date
8/20/2010
 
Notice Type
Cancellation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0406
 
Response Due
9/3/2010
 
Archive Date
10/2/2010
 
Point of Contact
Belinda Griffin 757 443 1458
 
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 N00189-10-T-0406. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44and DFARS Change Notice 20100802. 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 337127 and the Small Business Standard is 500 people. The SIC code is 2531, FSC 7195. This is a competitive action. The Fleet and Industrial Supply Center Norfolk requests responses from qualified sources capable of providing CLIN 0001 - one hundred and seventy-two, 172, theater seats, Model Number 41286TA, Cast Iron; CLIN 0002 Delivery of one-hundred and seventy-two, 172, theater seats; and CLIN 0003 “ the Installation of one hundred and seventy-two, 172, theater seats. These seats are manufactured by the Irwin Seating Company. This requirement will be procured on a Brand Name or Equal basis. The address for the Irwin Seating Company is 3251 Fruit Ridge Road NW, Grand Rapids, MI 49544. Telephone is 616.574.7246and Fax is 616.574.7411. This requirement will be procured and awarded as a brand name or equal, 100% Small Business Set-Aside. CITATION MODEL 41286TA by Irwin Seating Company featuring: Upholstered back with 3" poly and molded polyethylene outer shell. 12 S suspension upholstered seat with suspension substrate and glass filled polypropylene seat structure. 12 C Cast Iron platform. 12 E Cast iron end standard with # 86 veneer end panel. Wood arm rests. MDF sore table are writing surface. Laminated on one side. Bronze oval seat number and row letters. 2 ADA flipup armrests. Fabric: momentum grade G allowance. Irwin standard powder coated paints. Plastics and laminates. The delivery time shall be stated in the quote. FOB Point: Destination to Zip Code 23459-2740. The delivery location is Room 177, Midway Room, Bldg 3504, Expeditionary Warfare Training Group Atlantic, Little Creek, Virginia Beach, VA 23459-2740. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration (APRIL 2008); 52.212-1, Instructions to Offerors - Commercial Items; (JUNE 2008) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items (AUG 2009); 52.212-4, Contract Terms and Conditions - Commercial Items; (JUNE 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JULY 2010) including: 52.215-5 Facsimile Proposals, (OCT 1997) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); (SEPT 2006) 52.219-28, Post Award Small Business Program Representation, (APR 2009) 52.222-3, Convict Labor, (E.O. 11755) (JUNE 2003) 52.222-19, Child Labor, Cooperation with Authorities and Remedies (E.O. 13126) (JULY 2010) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) 52.222-26, Equal Opportunity, (MAR 2007) (E.O. 11246) 52.222-50 Combating Trafficking in Persons, (FEB 2009) (Applies to all contracts) 52.225-13, Restrictions on Foreign Purchases (E.O. ™s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer “ Central Contracts Registration (OCT 2003) (U.S.C. 3332) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.247-34 FOB Destination (NOV 1991) Quoters are reminded to include a completed copy of 52.212-3, Offeror Representations and Certifications ”Commercial Items, (AUG 2009) and its ALT I with quotes. The following DFAR provisions and clauses are applicable to this procurement: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (JUNE 2010) 252.225-7001, Buy American Act and Balance of Payments, (JAN 2009) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.247-7023, Transportation of Supplies by Sea, (MAY 2002) 252.232-7010, Levies on Contract Payments (DEC 2006); 5252.NS-046P, Prospective Contractor Responsibility (AUG 2001); DFARS 252.204-7004 Alt A, Central Contractor Registration (SEP 2007) 5252.203-9400, Personal Conflicts of Interest (DEC 2009) 5252.203-9401, Notification of Use of Former/Retired Military (DEC 2009) 5252.203-9402, Use of Information/Technical Data (DEC2009) 5252.232-9402, Wide Area Workflow (WAWF) (FEB 2010) The following Buy American Certificate is incorporated in full text: FAR 52.211-6 Brand Name of Equal (Aug 1999) (a) If an item in this solicitation is identified as œbrand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government ™s needs. The salient physical, functional, or performance characteristics that œequal products must meet are specified in the solicitation. (b) To be considered for award, offers of œequal products, including œequal products of the brand name manufacturer, must ” (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by ” (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate œequal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an œequal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 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 Technical Past Performance Technical and past performances, when combined, are equal. (b) Options. There are no options. (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. (End of Provision) DFARS 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 2009) (a) Definitions. Commercially available off-the-shelf (COTS) item, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- The following Site Visit FAR Clause is incorporated in full text: 52.237-1 SITE VISIT (APR 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of clause) SITE VISIT A site visit will be conducted prior to receipt of offers so that all perspective contractors may view and inspect the area for the procurement and installation of 172 theater seats. The location for the site visit is Room 177, the Midway Room, Bldg 3504, Expeditionary Warfare Training Group Atlantic, 1575 Gator Blvd, Little Creek, Virginia Beach, VA 23459-2740. This site visit will give all attendees the opportunity to inspect the location for the new seats. In order to attend the site visit the contractors shall arrive at the Expeditionary Warfare Training Group Atlantic, Little Creek not later than 10:00 AM on 27 August 2010. Park as needed. All attendees shall assemble inside Bldg 3504. All attendees will be escorted to the specific location. Due to base security requirements, failure to make reservations for base entry by close of business 25 August 2010 may prohibit a contractor from attending the site visit. Contractors are limited to two (2) representatives for the site survey. Date: 27 August 2010 Time: 10:00 AM EST Location: Expeditionary Warfare Training Group Atlantic, 1575 Gator Blvd, Little Creek, Virginia Beach, VA 23459-2740 Interested offerors must contact the contract specialist, Ms. Belinda Griffin no later than by 25 August 2010, no later than 5:00 pm via telephone at (757) 443-1458, email at belinda.griffin@navy.mil or by facsimile phone at (757) 443-1402 to confirm appointment. Directions to the facility are provided below. Offerors are to provide Company name, each representative ™s full name, and be prepare to present proper identification, and proof of employment of said company. Additionally, when requesting access to drive on the base facilities all offerors shall be in possession of valid drivers license, registration, inspection and insurance. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND INSPECTION PARTIES HAVE DEPARTED THE SITE. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO ENTER THE SITE PRIOR TO OR AFTER THE SCHEDULED SITE VISIT DATE. Directions to Facility: 1. In order to attend the site visit you must ascertain a pass to enter Little Creek Naval Amphibious Base, Bldg 1370, Gate #3. Here you will be processed by way of an access list. The actual location of the site visit is listed below. If you plan to drive on to the installation, you will be required to provide a valid driver ™s license, registration, and proof of insurance or otherwise valid ID only if pedestrian. 2. To obtain a one day pass proceed to the Pass and Decal Office, Little Creek call 757 462 3999 or 4002. Date: Tuesday 27 August 2010 Time: 10:00 AM Location: Expeditionary Warfare Training Group Atlantic, Midway Room (Room 177) Bldg 3504 1575 Gator Blvd Little Creek, Virginia Beach, VA 23459-2740 3. Please allow at least half an hour for processing at the Pass and Decal office. 4. The Technical Point of Contact (TPOC) for access and at the site visit will be Mr. Willie Showell, N4. Mr. Showell may be reached at telephone 757 462-4340 or email:willie.showell@navy.mil.Please contact him no later than 25 Aug 2010. This announcement will close at 5:00 PM (EST) on Tuesday, 03 September 2010. Contact Belinda Griffin, who can be reached at 757 443 1458 or email at belinda.griffin@navy.mil. Fax number is 757-443-1402. All responsible sources who attend the site visit may submit a quote which shall be considered by the agency. Quoters must be registered in the Central Contractor Registration database, CCR, to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a signed copy of above certificate, 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. ******* End of Combined Synopsis/Solicitation ******** For Brand Name or Equal Procurements: The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: CITATION MODEL 41286TA by Irwin Seating Company featuring: upholstered back with 3" poly and molded polyethylene outer shell. 12 S suspension upholstered seat with suspension substrate and glass filled polypropylene seat structure. 12 C Cast Iron platform. 12 E Cast iron end standard with # 86 veneer end panel. Wood arm rests. MDF sore table are writing surface. Laminated on one side. Bronze oval seat number and row letters. 2 ADA flipup armrests. Fabric: momentum grade G allowance. Irwin standard powder coated paints. Plastics and laminates. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0406/listing.html)
 
Place of Performance
Address: Expeditionary Warfare Training Group Atlantic,
Zip Code: Midway Room (Room 177)
 
Record
SN02248489-W 20100822/100820234900-b11c3fc317eee28aa4a3b469134eb6b3 (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.