Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

56 -- Furnish and Install Steel Roll-up Doors

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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-0258
 
Archive Date
9/23/2010
 
Point of Contact
Leigh Walker, Phone: 757-893-2713, Ana M Downes, Phone: 757-893-2722
 
E-Mail Address
leigh.walker@vb.socom.mil, ana.downes@vb.socom.mil
(leigh.walker@vb.socom.mil, ana.downes@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being accepted and a written solicitation will not be issued. The solicitation number is H92244-10-T-0258. The Naval Special Warfare Development Group (NSWDG) has a requirement to furnish and install steel roll-up doors. A Firm Fixed Price (FFP) contract is contemplated. The anticipated award date is on or about 30 September 2010. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 8 Jul 2010. This procurement is a 100% Small Business Set-Aside. The associated NAICS code is 332999 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. This procurement is a brand name or equal to Stormtite. If quoting equal, please submit specifications with the quote. Section B Schedule of Supplies and Services CLIN 0001- Furnish and Install Steel Roll-up Doors 1 Lump Sum on shown in Section C Section C Scope of Work Building 313: 1. Doors #1, 2, 3, 4, 9, 10, 11, 15, and 20. Door openings are approximately 12' x 10'. Door should be 625 Series with motor-operated, rolling Stormtite insulated doors or equal. The motors should be ½ hp heavy-duty 120v single phase electric. Disconnect and Reconnect required. New door will have 4-wire electric reversing safety edges with coil cords, hood, and back fascias. Color will be tan. 2. Doors # 17 and 18, chain-operated. Color of doors will be tan. Building 355: 3. Door #5 10'0" x 12'4" chain-operated. Color of door will be tan. 4. Door #6 10'0" x 12'4", Supply Area. Door should be 625 Series with motor-operated, rolling Stormtite insulated doors or equal. The motors should be ½ hp heavy-duty 120v single phase electric. Disconnect and Reconnect required. New door will have 4-wire electric reversing safety edges with coil cords, hood, and back fascias. Color will be tan. 5. Door #7 10'0" x 12'4", Welding Shop, chain-operated. Color of door will be tan. 6. Doors #8, 9, 10, and 11. Two (2) doors are 13'2" x 12'4", and two (2) doors are 16'0" x 12'4". Doors should be 625 Series with motor-operated, rolling Stormtite insulated doors or equal. The motors should be ½ hp heavy-duty 120v single phase electric. Disconnect and Reconnect required. All new doors will have 4-wire electric reversing safety edges with coil cords, hood, and back fascias. Color of all doors will be tan. 7. Door 9'6" x 12'4", Boiler Room, chain-operated, and 3 x 7 Pass Door and Swing Away Frame. Color of all doors will be tan. General Information: 8. Remove and disposal of removed doors required. 9. Vendor will verify all measurements and sizes of materials to insure proper fit and operation. 10. Vendor will wire-up operators from disconnects (existing) and wire-in new 3-push buttons (furnished by vendor). A site visit is scheduled for Wednesday, 1 September 2010, at 10:00 am EST. Please email attendee's name, social security, date of birth, place of birth, citizenship, make and model of car, color, and license plate number to leigh.walker@vb.socom.mil or fax to (757) 893-2957 Attn: Leigh Walker. Delivery date to be determined. Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEP 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 1990) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (JUL 2010) (DEVIATION) 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-Cooperation with Authories and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-50 Combating Trafficking of Persons (AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) (ALT I)(DEC 1991) 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 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Service)(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 Central Contractor Registration (SEP 2007)) ALT A DFARS 252.211-7003 Item Identification and Valuation ALT I (AUG 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2010) (DEVIATION) DFARS 252.255-7000 Buy American Act-Balance of Payments Program (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 (MAY 2002) SOFARS 5652.204-9003 Disclosure of Unclassified Information (JAN 2007) 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 the 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. 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: technical, price, and delivery. (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 52.252.2 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 (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. SOFARS 5652.204-9004 Foreign Persons (2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) 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: Leigh Walker, Contract Specialist; Email address: Leigh.Walker@vb.socom.mil; phone (757) 893-2713; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Point of contact for this procurement is: Leigh Walker at Leigh.Walker@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Leigh Walker by email at Leigh.Walker@vb.socom.mil, phone: (757) 893-2713 fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Leigh Walker (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 2:00 p.m. Eastern Standard Time (EST) on 8 September 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0258/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02251107-W 20100825/100823235155-a1945d3e8ff7d22286a7f2955b67c331 (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.