Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

Fleet and Industrial Supply Center, Contracting Department, PO Box 97, Jacksonville, Florida 32212-0097

78 -- TELESCOPING BLEACHERS SOL N68836-00-T-0140 DUE 080700 POC Susan M. Pierce, Contracting Officer, Code BMC, 904-270-5699 x153, fax 904-270-6498 This notice is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote. Proposals are hereby requested under RFQ N68836-00-T-0140. A subsequent solicitation document will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and DFARS Change Notice 990511. The standard industrial code is 2531 and the business size standard is 500 employees. This procurement is 100% set aside for small business concerns. The Fleet and Industrial Supply Center Jacksonville FL, Mayport Detachment intends to purchase, on a full and open competitive basis, a telescoping bleacher wall system with installation and electrical retrofit services for existing bleachers for the MWR gymnasium, Naval Station, Mayport FL. The contractor shall be responsible for disassembly and removal of the existing Hussey brand bleachers on the right side of the gymnasium and installation of one (1) telescoping bleacher wall system to include wall attachment, 10 inch plastic seats, integral power operation, one bank at 78 feet 7-1/2 inches, seven rows, 24 inch row spacing, 9-5/8 inch row rise, 357 gross seats at 18 inches per seat, 303 net seats with 12 each HC spaces at 33 inches, light blue finish, end rails, foot level aisles, center aisle handrails, one each scorers table, flex row feature, and 5 year factory warranty. The Contractor shall also retrofit the existing 90 foot bank of Hussey manually operated bleachers (7 rows, 5 sections) on the left side of the gymnasium for integral electrical power operation to include electrical rough-in, bleacher motors, junction box, and all wiring from the junction box to each bleacher motor, not to include actual connection to the building's power source. The Government shall accomplish the electrical connection to the existing power source (i.e., permanent connection to building's power). All material and installation shall be in accordance with the following standards/specifications as applicable: (a) NFPA 102-92 -- Standard for Assembly Seating; (b) AWS D1.1 -- Structural Welding Code -- Steel; (c) AWS D1.3 -- Structural Welding Code -- Sheet Steel; (d) AISC -- Design of Hot Rolled Steel Structural Members; (e) ANSI -- American National Standards Institute; (f) AISI -- Design Cold Formed Steel Structural Members; (g) AA -- Aluminum Structures, Construction Manual Series; (h) ASTM -- Standard Specification for Properties of Materials; (j) NFPA -- National Design Specification for Wood Construction; (k) SPIB -- Standard Grading Rules for Southern Pine; (l) NBS/PS -- PS1 Construction and Industrial Plywood; (m) ADA -- Standards for Accessible Design. Place of Performance: MWR Gymnasium, Bldg. 1391, Naval Station, Mayport FL 32228. Point of Contact: Bob Giordano, 904-270-5410. Delivery should be within five (5) months ARO and FOB Destination. Offers other than FOB Destination shall be ineligible for the award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: The Provision at FAR 52.212-1, Instruction to Offerors -- Commercial Items. Addendum to Far 52.212-1: Paragraph (h), Multiple awards -- Delete entire paragraph and substitute "award. The Government plans to award a single order resulting from this solicitation.." The provision at Far 52.212-2 evaluation commercial items (JAN 1999) applies to this acquisition and the evaluation criteria in paragraph (a) of the provision shall consist of, in descending order of importance: (I) salient characteristics (ii) technical capability of the products and services offered to meet the governments requirements; and (iii) price. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items and DFARS 252-225-7001, Buy American Act and Balance of Payments Program Certificate. Clause 52.212-4, Contract Terms and Conditions commercial Items, applies. Addendum to FAR 52.212-4: Paragraph (o) Warranty -- Add: "Additionally, the Government will accept the contractor's commercial warranty." FAR 52.212-5, Contract terms and Conditions Required to implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): 52.222-26, Equal Employment Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; Far 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31USC3332). Applicable clauses for paragraph (c): FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent rates for Federal Hires. DFARS 252.212-7001, Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program. The clause/provision at DFAR 252.204-7004, (MAR 1998), Required Central Contractor Registration applies. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors must specify business size, cage code, duns number, and tax-ID number in their quote. The Government intends to make a single award to the eligible, responsible offeror, whose offer conforms to this combined synopsis/solicitation, and is the most advantageous in price and value to the government. Quotes are due no later than close of business on August 07 2000. Quotations must be in writing and may be faxed or sent via email to the following; Attn Susan M. Pierce, Fleet Contracting Center, FISC JAX Bldg, 191 Naval Station Mayport FL 32228. Fax 904-270-6498, e-mail: susan_pierce@fmso.navy.mil. Numbered Note 1 applies. Posted 07/13/00 (W-SN474357). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0349 20000717\78-0001.SOL)

78 - Recreational and Athletic Equipment Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com