Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

Z -- PROVIDE AND INSTALL FLOORING - DFAR CLAUSE 252.209-7999

Notice Date
5/4/2012
 
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 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-12-T-TC10
 
Archive Date
5/11/2012
 
Point of Contact
Patricia Cresswell, Phone: 757-763-2440
 
E-Mail Address
cresswell@nsweast.socom.mil
(cresswell@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFAR CLAUSE 252.209-7999 This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation H92243-12-T-TC10 is issued as a request for quotation (RFQ). This is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Virginia Beach, VA 23459 intends to award a firm fixed price contract. Quote price FOB destination. The associated NAICS code is 326192 and the Small Business Size Standard is 750. This requirement is 100% set aside for small business concerns. QUOTE ALL OR NONE CLIN 0001: 1 LOT: Provide and install flooring (to match existing Infinity Max tile flooring). Installation Location: Rehab Building A; Virginia Beach, VA, 23459 to consist of: 750 each: Infinity Max Tiles (24" x 24" x 1.25"); Color: Bed Rock Grey 12 each: Infinity Max Ramps (6" x 48" x 1.25") Transition ramps to be installed at all doorways Three Rehab Rooms: Dimensions: Room 1: 33'10" x 19'6", 2 doors, no obstacles Room 2: 33'10" x 20'11" plus 10'8" x 8'5"; 6 doors, no obstacles Room 3: 14'11" x 35'2"; 3 doors, no obstacles CLIN 0002: 1 LOT: Provide and install flooring; Installation Location: Fort Chaffee, Building 2558, Fort Smith, Arkansas to consist of: 195 each: Infinity Max Tiles (24" x 24" x 1.25"); Color: Bed Rock Grey 5 each: Infinity Max Ramps (6" x 48" x 1.25") Room Dimensions: 28'2" x 23'3/4"; 2 doors; no obstacles Transition ramps to be installed at all doorways NOTE: CLIN 0001 AND 0002: Floor tiles are not to be glued down and must resist sand and water from getting underneath. Tiles must interlock to keep sand and water out. Underside of flooring must have air channels created by pedestals or feet for moisture to evaporate. Thickness must be at least 1.25" thickness to accommodate for shock mitigation. Ten (10) year warranty required on tiles, tiles must be installed by manufacturer approved installer. Manufacturer: Infinity Max QUOTE ALL OR NONE FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) 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. Award will be made to the lowest price technically acceptable vendor. If quoting equal, provide specifications for evaluation. Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.ccr.gov Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 Apr 2012. The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. NOTE: DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012), shall be filled out and submitted with proposal. (See attached PDF file). FAR 52.204-7 Central Contractor Registration FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items, applies to this acquisition as well as FAR 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation) FAR 52.219-6 - Small Business Set-Aside FAR 52.222-3 -- Convict Labor FAR 52.222-19 - Child Labor, Cooperation with Authorities and Remedies FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes -- Fixed-Price FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-5 (DEV) - Terms and Conditions Stautes FAR 52.252-6 - Authorized Deviations in Clauses DFAR 252.203-7000 - Requirements Relating to Compensation DFAR 252.203-7002 - Requirement to Inform Employees DFARS 252.204-7004 Alt A - Central Contractor Registration DFAR 252.204-7008 - Export Controlled Item DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid delinquent Tax Liability or FelonyConviction under any Federal Law (JAN 2012) DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007) SOFAR 5652.233-9000 Independent Review of Agency Protest SOFARS 5652.237-9000 - Contractor Personnel Changes Quotations are due no later than May 10, 2012 at 12:00pm Eastern time. E-mail: trisha.cresswell@nsweast.socom.mil; or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-12-T-TC10/listing.html)
 
Place of Performance
Address: 1300 Helicopter Rd, JEB Little Creek, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02739662-W 20120506/120504235303-96de6ee017224836131f87d1d8585f03 (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.