MODIFICATION
56 -- Prefabricated Stainless Steel Countertops
- Notice Date
- 5/6/2005
- Notice Type
- Modification
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999 Old N.C. Highway 75, Butner, NC, 27509
- ZIP Code
- 27509
- Solicitation Number
- RFQ-10611-0027-5
- Response Due
- 5/20/2005
- Archive Date
- 12/1/2005
- Point of Contact
- Pattie Williams, Contract Specialist, Phone 919-575-5000 x1128, Fax 919-575-5036, - Janet Hobgood, Lead Contract Specialist, Phone (919)575-5000, ext. 1390, Fax (919)575-5036,
- E-Mail Address
-
pcwilliams@bop.gov, mhobgood@bop.gov
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being requested for quotation RFQ-10611-0027-5. The North American Industrial Classification Code System (NAICS) is 332323. The size standard is 500 employees. This is 100% Small Business Set Aside. The Government intends to make a single award for a firm fixed price order to a responsive/responsible quoter who submits the most advantageous offer to the Government based on price and price related factors. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. STATEMENT OF WORK Fabricate and deliver a total of 8 each: 157" x 22" Stainless Steel countertop to be fabricated as follows: counter surface should be no higher than 34" above the finished floor; include a minimum of five support braces ; sink basins will have 4" pre-drilled faucet spread; four 19" oval sink basins ; one rectangular handicap accessible sink basin with a minimum clearance of 29" from the floor to bowl and an 8" knee clearance from countertop edge to bowl edge. This basin will be mounted on the left end; 4" backsplash.; tops and understructure to be made of 14 gauge, .075" thick, #3 polish finish, type 304 stainless steel; Dimensions are for estimating purposes only. All measurement must be taken by contractor. Should meet UFAS Standards (Uniform Federal Accessibility Standards); to be installed by the Bureau of Prisons staff. Will be bracketed into wall; Brackets to be provided by vendor. CLAUSES AND PROVISIONS The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. The Following FAR Clauses and Provisions Apply to this Acquisition: 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.253-1, Computer Generated Forms SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer:1) The Request for Quotation Number - (RFQ 10611-0027-5) 2) Schedule of Items - Requested Items name and model numbers 3) Price Quote to include unit price, delivery fees, total price, and prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Offers are due no later than May 20, 2005 at 2:00 P.M. Eastern Time. Offers can be mailed to: Federal Correctional Complex, P.O. Box 999, Old NC HWY 75, Butner, NC 27509, Attn: Pattie Williams, Contract Specialist. Offers may also be faxed to (919)575-5036 or e-mailed to pcwilliams@bop.gov. If you have any questions regarding this soliciation, please contact Pattie Williams at (919)575-5000 x 1128 or Marie Hobgood at (919)575-5000 x1390. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/10502/RFQ-10611-0027-5/listing.html)
- Place of Performance
- Address: Federal Correctional Complex (LSCI) P.O. Box 999 OLD NC HWY 75 Butner, NC
- Zip Code: 27509
- Country: USA
- Zip Code: 27509
- Record
- SN00802788-F 20050508/050506214123 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |