Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2008 FBO #2263
MODIFICATION

K -- HYDRO 500 SERIES POOL

Notice Date
2/4/2008
 
Notice Type
Modification
 
NAICS
326191 — Plastics Plumbing Fixture Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, VA, 23521, UNITED STATES
 
ZIP Code
23521
 
Solicitation Number
H92242-08-T-0502
 
Response Due
2/7/2008
 
Archive Date
2/22/2008
 
Point of Contact
LaVerne Whitfield, Contracting Officer , Phone 757-763-4430, Fax 757-492-1343
 
E-Mail Address
whitfield_A@nsweast.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested, a written solicitation will not be issued. The Request For Quotation number is H92242-08-T-0502. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-23, dated 26 December 2007 and DFARS Change Notice 20080110. The DPAS Rating for this solicitation is DO. 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: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 326191, the Small Business Standard is 500 Employees. This requirement is 100% small business set a side. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001 Provide 1 ea Hydro Worx 500 Series pool Or Equal Specifications provided below: Delivery: Within 30 days after award date. Place of Delivery: Naval Special Warfare Group Four, Building 108, 2220 Schofield Road, Norfolk, Va. This requirement is FOB Designation. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Nov 2007), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Nov 2007), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Jul 2006), 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2007). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications ? Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Dec 1991)and 252.211-7003 Item Identification and Valuation (Jun 2005). Quoters shall include the quoter?s price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. 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), a point of contact, name and phone number, business size, and payment terms. Quotes shall be no more than 10 pages in total. 10 pages are defined as (5 sheets front and back, paper size 81/2 by 11 inches. Facsimiles will be accepted. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 noon hours (Eastern Standard Time) on 07 Feb 2008. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 492-1340 or email whitfield_a@nsweast.socom.mil. SPECIFICATIONS Company to provide like new certified trailer with painted exterior finish to match the existing color of building # 108. Exterior dimensions: 48 feet overall length 12 feet overall height 8 feet overall width Interior dimensions: 7 feet 8 inches inside width Walls of trailer should be insulated with 1 half inch of foam. The interior of the trailer should be lined with flat sheets of white plastic. The sheets should have a seam that is water tight. Size: 4 feet x 8 feet cut to fit. Build walls to support pool as needed with access in to all plumbing equipment Lines and water storage tank. Build (1) set of stairs for the side opening. This stairs should meet all safety Standards. (Width and height) safety railing on stairs. The platform should be at least 30 inch wide with a standard safety railing around it. A way to attach it to the trailer. Build (1) platform and set of stairs for the rear of the trailer. It should be as long as the rear opening and at least 30 inches wide. The stairs has to be wide enough for a person doing therapy to get up and down them safely. Hand railing on both sides and a railing around the platform. The ceiling system should be made of plastic grid and a plastic 2 feet x 2 feet ceiling tile. The ceiling of the trailer should be insulated the same as the side walls. There should be ceiling and tract lighting to provide enough lighting on dimmer switches. This must meet the National Electrical code for lighting and safety. Electrical requirements: - (2) 100 amp panels in trailer only - Electrical power will be provided by a 250 amp single phase panel mounted to building # 108. This will be provided by NSWG-4 staff. Need a set of electrical plans of trailer wiring to all equipment , Lighting, receptacles, a/c , heaters, fans , etc. Furnish and install (1) Hydro-hot water heating / cooling system. - Voltage / power consumption. 208/230 VAC 60 HZ 50 A 1 Phase. - 115,000 BTU Heat output ? 5.40 C.O.P. - Flow Rate 55 gpm - Circulating pump. - (1) 115/230 Volts 60HZ ? hp 1 Phase. Domestic water heating capacity. - Continuous / on demand. Dimensions: 42 inches high x 33 inches wide x 41 inches long. Weight: 325 lbs Furnish and install (1) Fresh water tank mounted above the coupler with 1,500 Gallon capacity. Furnish and install plumbing from the holding tank to the pool. Install Hydro Worx T-Series Spa / Pool Or Equal. Build false floor between the pool and the front storage area t accommodate plumbing system. Build a tapered false floor at the rear from the pool to the ramp. Provide and install all electronics listed below: Special features - (3) flat screen video systems for diagnostic underwater video feedback and for medical file analysis, flat screen PC setup, holding tank for pool durning extensive over-the-road transfer and a changing room. **Description: 220 amp main breaker panel Changed to read: (2) 100 amp panels in the trailer only NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-FEB-2008); 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.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-08-T-0502/listing.html)
 
Place of Performance
Address: NAVAL SPECIAL WARFARE GROUP FOUR 2220 SCHOFIELD ROAD NORFOLK VA 23521
Zip Code: 23521-2845
Country: UNITED STATES
 
Record
SN01499981-F 20080206/080205052654 (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.