Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

78 -- Install Flooring NSWG4 Athlete Tactical Area - Install flooring Statement of Work

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326192 — Resilient Floor Covering Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-11-T-0520
 
Archive Date
8/19/2011
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Install NSWG4 Flooring This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-11-T-0520 This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-48, dated 31 Jan 2011 and DFARS Change Notice 20091123. The DPAS Rating for this solicitation is C9E. 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: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 326192 The small business standard is 750 employees. Naval Special Warfare Group 4 requests responses from qualified sources capable of providing technical services, labor and material for the site preparation and modifications to the Naval Special Warfare Group Four (NSWG4) Athlete Training Area. Installation shall be performed in accordance with the attached statement of work. The items below are some of the items required to complete this effort. CLIN 0001: Blended Turf 5/8 inch Pile polyethylene and Nylon 12 inch Untrimmed Roll Widths, Green Part Number CPPL264 1512 SquareFeet each CLIN 0002: Rubber Transition (per Linear Foot) 8 each, Part Number CFS-TRANS-RUBBE CLIN 0003. Regupol Adhesive 5 Gallon covers 450 square feet. 4 each part number RA-ADH-PU350 CLIN 0004: Game Lines Installation-NON UNION includes: 5 yard increment lines, hash marks & numbers every 10 yards., 1 each, part number CFS-INS-GL CLIN 0005: Turf Installation-NON UNION/NON PREVAILING WAGE RUBBER 1512 SQUARE FEET EACH Part Number CF-INS-RUBBER CLIN 0006: Regupol Pigmented Tile 24" x 24" x 1 Charcoal Gray 4320 each part number RA-AK-PT CLIN 0007: Regupol AktivPro Jet Black 24" x 24" x Rubber Tile 940 each RA-AKP-BLACK CLIN 0008: Regupol AktivPro Reducer 4' x 48" x 1" 32 each part number RA-AKPR-95 CLIN 0009: Aktiv 10000 Series Jet Black 3/8" 20 each part number RA-AK10100 (at door way opening into room) CLIN 0009: Regupol Aktiv:ro Dowels - 6 per tile 1315 each part number RA-AKPD CLIN 0010: Johnsonite 1/8 Gage 4: Base 51 standard Colors 120" per Box 480 each Part number J-1/8G-4B CLIN 0011: rubber Flooring Installation-NON UNION/NON PREVAILING WAGE 5280 square feet each part number CFS-INS-RUBBER CLIN 0012: Regupol Pigmented Tile 24" x 24" x 1" Charcoal gray 400 each part number RA-AK-PT CLIN 0013: Regupol AktivPro Jet Black 24" x 24" x1" Rubber Tile General 200 each part number RA-AKP-BLACK CLIN 0014: The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). FAR 52.239-19 Availability of Funds Clause. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each part listed in this synopsis. All clauses will be incorporated by reference in the order. 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), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (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: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provides the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 PM(Eastern Standard Time) on 04 April 2011. All questions shall be sent to the Contracting Officer, Arethalia L. Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-T-0520/listing.html)
 
Place of Performance
Address: 2220 Schofield Road, Virginia Beach, VA 23459, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02505268-W 20110722/110721004047-f5bf9570c6f26a31ab451077c95a41f9 (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.