Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
SOLICITATION NOTICE

20 -- Shipboard Mattresses

Notice Date
10/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-7011
 
Archive Date
10/27/2010
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-11-T-7011, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, effective 02 Aug 2010. NAICS code 337910 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS PECOS for the following parts: Line # Part Number Description QTY 1 80"x40" Mattress 88ea 2 80"x48" Mattress 43ea 3 80"x52" Mattress 5ea END ITEM APPLICATION: Ship Quarters ESTIMATED DELIVERY DATE _________ Shipping address for this item is San Diego, CA 92123 REQUIREMENTS This specification is intended for potential vendors in order to detail the technical and regulatory requirements which shall be met when purchasing mattresses. Mattresses shall be of an innerspring type design; neoprene and other foam block mattresses are not acceptable. Mattress thickness shall be no less than 6 inches. Innerspring Core • Coil springs shall be constructed from minimum 15 gauge upholstery grade, hard drawn wire. • Coil density shall be a minimum of 550 coils per mattress Cushioning and Insulator Layers • Innerspring unit shall be covered on both sides with a coil support/insulator pad Upholstery • Each side of the mattress shall be covered, at a minimum, with a single piece 1.2 oz/sq ft fire retardant fiber cover. All mattresses purchased are to be in compliance with the following regulations and standards: Construction Details: • ASTM F1085-03a - Standard Specification for Mattress and Box Springs for use in Berths of Marine Vessels (Para 5.1 addresses innerspring mattresses) Fire Performance Requirements: • Consumer Product Safety Commission Standard for the Flammability of Mattresses and Mattress Pads, FF 4-72 Amended (16 CFR 1632) • Consumer Product Safety Commission Standard for the Flammability (Open Flame) of Mattress Sets (16 CFR 1633) Successful testing meeting standards which exceed the above requirements, will be considered on a case by case basis prior to award. Complete, passing flammability test reports shall be available for review for each mattress production series proposed. Requirements for record keeping of test results and product labeling shall be IAW the above regulations. Mattress label shall clearly state that mattress meets applicable fire test requirements. Length and width of mattresses shall be specified in each purchase order, as the wide variation of berths aboard MSC vessels precludes a standard size be referenced in this specification. Copies of referenced standards may be obtained from the following sources: CFR titles: Superintendent of Documents, U.S. Government Printing Office, Washington, DC. http://www.gpoaccess.gov/cfr/index.html ASTM Spec: http://www.astm.org/cgi-bin/SoftCart.exe/index.shtml?E+mystore The requested delivery date for the above items is 25 September, 2010. Please provide the cost of freight charges if applicable. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 Item Identification and Valuation; 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 12 October 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7011/listing.html)
 
Record
SN02306115-W 20101007/101005234333-a4ff5b8d8fcfe225d4a668d418e3979b (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.