Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

J -- Shipboard Rehabilitation

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
V215604176S50
 
Response Due
8/7/2014
 
Archive Date
8/22/2014
 
Point of Contact
MARK ZACCAGNINI 757-443-1296
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 V215604176S501. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-75 and DFARS DPN 20140624. 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 Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing items for shipboard habitability improvements in accordance with Attachment I (Statement of Work). The NAICS code is 337214 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Period of Performance: TBD at Site Visit, but expected to be August 2014 “ October 2014. Location: Aboard USS WASP (LHD-1), moored at BAE Systems Shipyard, Norfolk, Virginia Mandatory Site Visit: A mandatory site visit will be held Thursday, 31 July, 2014 at 11:30 AM EST at the following location: USS WASP (LHD-11), BAE Shipyard, 750 West Berkley Avenue, Norfolk, Virginia 23523 pier #1. The purpose of the site visit is for interested vendors to familiarize themselves with the tasks at hand, verify all measurements, and to ensure complete understanding of the requirement by all parties. Any contractor that is not present for the site visit shall not be considered for award. Interested Vendors shall meet outside the entrance of the BAE Shipyard, Norfolk, Virginia no later than 10 minutes prior to the start of the visit. In order to ensure access to BAE Shipyard is permitted, interested vendors shall contact the ships points of contact no later than 3:30 PM EST on 28 July 2014. The ships Points of Contact are ENS Bryan Jones (jonesbs@lhd1.navy.mil) (435) 890-3573 and/or CSC James Nix (james.nix@lhd1.navy.mil) (757) 644-6055 or (703) 732-7453. Access is not guaranteed if Contact after 3:30pm EST 28 July 2014 is attempted. The following provision and clauses are applicable to this procurement: SourceReg. No.Clause TitleDate FAR52.204-10Reporting Executive Compensation And First-Tier Subcontract AwardsJul-13 52.207-4Economic Purchase Quantity--SuppliesAug-87 52.209-6Protecting The Governments Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For DebarmentAug-13 52.212-3Offeror Representations And Certifications--Commercial ItemsNov-13 52.212-3Offeror Representations And Certifications--Commercial Items -- Alternate IApr-11 52.212-5Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial ItemsJan-14 52.214-34Submission Of Offers In The English LanguageApr-91 52.214-35Submission Of Offers In U.S. CurrencyApr-91 52.219-6Notice Of Total Small Business Set-AsideNov-11 52.219-28Post-Award Small Business Program RerepresentationJul-13 52.222-19Child Labor--Cooperation With Authorities And RemediesJan-14 52.222-21Prohibition Of Segregated FacilitiesFeb-99 52.222-26Equal OpportunityMar-07 52.222-35Equal Opportunity For VeteransSep-10 52.222-36Affirmative Action For Workers With DisabilitiesOct-10 52.222-37Employment Reports On VeteransSep-10 52.222-50Combating Trafficking In PersonsFeb-09 52.223-18Encouraging Contractor Policies To Ban Text Messaging While DrivingAug-11 52.225-13Restrictions On Certain Foreign PurchasesJun-08 52.225-18Place Of ManufactureSep-06 52.225-25Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran--Representation And CertificationsDec-12 52.232-36Payment By Third PartyJul-13 52.232-39Unenforceability Of Unauthorized ObligationsJun-13 52.232-40Providing Accelerated Payments To Small Business SubcontractorsDec-13 DFARS252.203-7000Requirements Relating To Compensation Of Former DoD OfficialsSep-11 252.203-7002Requirement To Inform Employees Of Whistleblower RightsSep-13 252.203-7005Representation Relating To Compensation Of Former DoD OfficialsNov-11 252.204-7011Alternative Line-Item StructureSep-11 252.204-7012Safeguarding Of Unclassified Controlled Technical InformationNov-13 252.204-7015Disclosure Of Information To Litigation Support ContractorsFeb-14 252.209-7993Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law--Fiscal Year 2014 Appropriations (Deviation 2014-O0009)Feb-14 252.211-7003Item Unique Identification And ValuationDec-13 252.223-7008Prohibition Of Hexavalent ChromiumJun-13 252.225-7000Buy American Statute--Balance Of Payments Program CertificateJan-14 252.225-7001Buy American And Balance Of Payments ProgramDec-12 252.225-7002Qualifying Country Sources As SubcontractorsDec-12 252.225-7020Trade Agreements CertificateJan-05 252.225-7021Trade AgreementsOct-13 252.225-7035Buy American--Free Trade Agreements--Balance Of Payments Program CertificateNov-12 252.225-7036Buy America--Free Trade Agreements--Balance Of Payments ProgramDec-12 252.225-7048Export-Controlled ItemsJun-13 252.232-7010Levies On Contract PaymentsDec-06 252.247-7023Transportation Of Supplies By Sea--BasicApr-14 This announcement will close at 2:00 pm Eastern Time on 07 August 2014. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote to mark.zaccagnini@navy.mil NLT 2:00pm Eastern time 07 August 2014. All Technically Acceptable proposals will be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based upon a Lowest Price Technically Acceptable (LPTA) proposal, with technical acceptability being based upon the characteristics and specifications disclosed during the site visit. System for Award Management: Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V215604176S50/listing.html)
 
Place of Performance
Address: BAE SYSTEMS SHIPYARD
Zip Code: 750 West Berkley Aveue, Norfolk, Virginia
 
Record
SN03433252-W 20140724/140722235031-b5f61b9d627b4e732cb788f3ad8087d7 (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.