Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

42 -- WELDED LADDERS, WATER AND AIR HOSES AND POWER CORD REELS

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, ROICC Gulf Coast, 5302 6th St, Bldg 62T Naval Construction Battalion Center, Gulfport, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62604-06-Q-U504
 
Response Due
9/8/2006
 
Archive Date
9/23/2006
 
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, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N68836-06-Q-U504. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005?12 and Class Deviation 2005-o0001. It is the contractor?s responsibility 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 NAICS code is 332999 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. The FISC Jacksonville DET Gulfport requests responses from qualified sources capable of providing the following items. Line Item 0001. 12 EA Welded ladder with knocked down hand rails and casters; 1-1/16 in. tubular steel construction, powder coated gray finish; 8-step with 24 in. wide perforated non-slip treads; 80 in. platform height, 116 in. O.A. height, 63 in. D x 34 in. W; top tread depth is 10 in.; first step actuated locking system; non marking wheels, 350 lb weight capacity; complies with OSHA 1910.29 and ANSI A14.7 standards. Equal to Indoff P/N RWSR108246. Line Item 0002. 16 EA Spring retractable water hose reel; industrial red powder coated paint finish; ? (three quarters) in. I.D., 1-5/32 O.D., 50 ft water hose capacity; hose to have 300 PSI capacity, all heavy duty grade; welded on base for vertical surface mounting, four each hole slots; brass adjustable spray nozzle. Equal to Indoff P/N 83050OLP. Line Item 0003. 16 EA Spring retractable air hose reel; 3/8 in. I.D., .640 O.D., 50 ft air hose capacity; hose to have a 300 PSI capacity, all heavy duty grade; welded on base for vertical surface mounting, four each hole slots. Equal to Indoff P/N 56500LP. Line Item 0004. 16 EA Spring retractable power cord reel; 50 ft of No. 12 gauge, 3-conductor SO cord, rated at 115 volts and 20 load amps; 115 volt duplex G.F.C.I. protected outlet at cord end; hardwired 4 ft L grounded pigtail; adjustable cord stop; welded on base for vertical surface mounting, four each hole slots. Equal to Indoff P/N L55501237. Line Item 0005. Installation of 12 EA steel ladders with knocked down hand railing and bolt on casters. To include unloading, staging, unpackaging, and complete installation. Line Item 0006. Installation of 48 EA power cord, air hose, and water hose reels. Heights are 96 in. and 144 in. A.F.F. All to be surface mounted type, directly to masonary walls and or steel column mount. To include unloading, staging, unpackaging, and complete installation. Line Item 0007. Rental fee for forklift and dumpster. Delivery is three weeks after award of contract. The shipping terms will be F.O.B. Destination, Norfolk VA 23521 with inspection and acceptance at destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? (b)(16) 52.222-21, (b)(17) 52.222-26, (b)(18) 52.222-35, (b)(20) 52.222-37, (b)(23) 52.225-1, (b)(26) 52.225-13, (b)(31) 52.232-33. Quoters shall include a completed copy of 52.212-3 Alt I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS Clause 252.212-7000, Offeror Representations and Certifications ? Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (b) 252.225-7001, and 252.232-7003. Additional Contract Terms and Conditions applicable to this procurement are Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Warranty: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon completion of installation for the items listed in the schedule. This announcement will close at 3:00 pm on 8 September 2006. Contact Carmen D. Urbati who can be reached at FAX No. 228-871-3212 or emial carmen.urbati@navy.mil. Questions should be faxed/emailed by 31 August 2006. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price and <select applicable factors: delivery/a determination of responsibility/technically acceptable low bids/past performance /etc.>. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, 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 by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: NAVAL SPECIAL WARFARE GROUP 4, NAB LITTLE CREEK, 2220 SCHOFIELD RD, NORFOLK VA
Zip Code: 23521
Country: UNITED STATES
 
Record
SN01125014-W 20060826/060824221637 (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.