Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

99 -- Lobby Design Services; design, fabrication and installation for three lobbies.

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3323
 
Response Due
9/23/2011
 
Archive Date
10/8/2011
 
Point of Contact
Nelson Uehara 808-473-7681 Nelson Uehara
 
E-Mail Address
nelson.uehara@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Lobby Design Services for SOCPAC This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in the Federal Acquisition Regulations (FAR) Part 12 - Acquisition of Commercial Items and FAR Part 13 “ Simplified Acquisition Procedures, 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 N00604-11-T-3223. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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 541430 and the Small Business Standard is $7.0M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 Design Services for three lobbies to include design, fabrication and installation, see Performance Work Statement. A site visit will be held at the SOCPAC building located at Camp Smith, Hawaii at 10:00AM on Friday September 16, 2011. Site visit RSVP by 9/12/2011 at 5:00PM to Point-Of-Contact listed below. The Period of performance is within 120 days after receipt of order; Delivery Location is on the Island of Oahu, Hawaii. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires If quoters do not have a current ORCA registration, they shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7004, Alternate A, Central Contractor Registration 252.232-7010, Levies on Contract Payments DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials This request for quote will close at 2:00PM Hawaii Standard Time on September 23, 2011. Contact Nelson Uehara who can be reached at (808) 473-7681 or email nelson.uehara@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote and drawings which shall be considered by the agency. Submit quotes and drawings to Nelson Uehara at nelson.uehara@navy.mil reference solicitation N00604-11-T-3223 in the subject line. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3323/listing.html)
 
Record
SN02568802-W 20110911/110909235205-5ba7a5cd21776fe9f010f71e06934d28 (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.