Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

20 -- Shipboard Habitability

Notice Date
7/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883616T0345
 
Response Due
7/20/2016
 
Archive Date
7/20/2016
 
Point of Contact
Odajie Rickerby (904) 270-5699 Odajie Rickerby
 
E-Mail Address
.rickerby@navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitations will not be issued. This will be awarded on all or none basis. Solicitation number N6883616T0345 is issued as a Request for Quotation (RFQ) 100% Set-aside for Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The simplified acquisition procedures of FAR Part 13 are applicable to this procurement. NAICS Code: 336611 Federal Supply Code: J020 Requirement is for Shipboard Habitability CLIN 0001 1, GP. Habitability for U.S.S. Philippine Sea. LOCATION: Food Service Office, Provision Issue Office, CO Inport Cabin, CO Office. Item 1.1: FSO, Provide and install 2 each 2 drawer, letter size, black file cabinets Item 1.2: FSO, Provide and install 2- 27 X 51 X 1-1/2 laminated desktops Item 2.1: Provision Issue, Build and install 3 - 30 X 194 laminated desktops Item 2.2: Provision Issue, Provide and install 1 each 2-drawer, 1 each 4 drawer file cabinets Item 2.3: Provision Issue, Build and install 1 painted 14 X 36 bookshelf Item 2.4: Disassemble and remove existing desks, cabinets from spaces Item 4.1: CO Inport Cabin and Office miscellaneous repairs to overhead panels, framing Location: Supply Support Item 1.1: Supply Support Forward Bulkhead, Provide and install 2 each 2 drawer, letter size, black file cabinets Item 1.2: Supply Support, Provide and install 1- 30 X 9-6 X 1-1/2 laminated desktop Item 2.1: Supply Support, Starboard Bulkhead, Provide and install 2 each 2 drawer, file cabinet Item 2.2: Supply Support, Provide and install 1- 30 X 83 X 1- 1/2 laminated desktop Item 3.1: Supply Support Aft Bulkhead, Provide and install 1 each 2 drawer, letter size, black file cabinets, two set of aluminum legs Item 3.2: Supply Support, Provide and Install 1- 30 X 113 X 1- 1/2 laminated desktop Item 4.1: Supply Support Port Bulkhead, provide and install, 2 each 2- drawer, letter size, black file cabinets Item 4.2: Supply Support, Provide and install 1- 30 X 81 X 1 - 1/2 laminated desktop. Item 4.3: Supply Support, Disassemble and remove existing desks, cabinets from spaces. Government will provide electrical power, air service, ventilation, crane and rigging services, disposal (non-hazardous), sanitary facilities, gas free certificates, and the removal and reinstallation of interferences not within the scope as necessary or required. VENDOR MUST BE ABLE TO CONDUCT AN ONSITE VISIT BEFORE THEY CAN PROVIDE A QUOTE. Delivery Point: Naval Station Mayport 32228. Interested vendors must submit offers no later than 20 July 2016 in order to be considered. The provisions at FAR 52.212-1, śInstructions of Offerors ť, applies to this acquisition with the addendum that offerors are required to submit warranty information and parts availability with offer; the clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items ť apply to this acquisition; FAR 52.212-5, śContract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ť applies to this acquisition along with those that are applicable inside this clause such as 52.219-6, Notice of Total Small Business Set-Aside; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36; Payment by Third Party; DFAR 252.204-7004 śRequired Central Contractor Registration ť; 252.212-7001 śContract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions apply: 52.204-9 Personal Identity Verification of Contractor personnel. 52.204-13 SAM Maintenance 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 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18- Availability Of Funds 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.204-7012 Safeguarding of unclassified controlled technical information. 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation. (DEVIATION 2015-O0010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information. 252.243-7001-Pricing of contract mods. Quotes are due no later than 1100 a.m. Eastern Standard Time on 20 July 2016. Quotes may be emailed to odajie.rickerby@navy.mil or faxed to 904-270-6498 attention to Odajie Rickerby. For questions regarding this requisition, contact Odajie Rickerby at 904-270-5699. Mailing address: NAVSUP FLC Mayport Detachment, BLDG 191 Supply St. Naval Station Mayport, FL 32228. See Number Note 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883616T0345/listing.html)
 
Place of Performance
Address: NAVAL STATION MAYPORT FL, MAYPORT, FL
Zip Code: 32228
 
Record
SN04181874-W 20160715/160713235500-b64072f8773f6bceb6b2c22b75ebd86e (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.