SOLICITATION NOTICE
N -- Installation of Government Furnished Equipment (GFE) onboard a U.S. Naval Ship
- Notice Date
- 8/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- V218809163540
- Response Due
- 8/20/2009
- Archive Date
- 9/4/2009
- Point of Contact
- CHARLES LOSS 757-443-1343
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ V218809163540. A subsequent solicitation document will not be issued. FISC Norfolk intends to solicit for Installation Services of previously purchased Government Furnished Equipment (GFE) on a COMPETETIVE basis the following item(s) below and as detailed in Attachment I: 2.1 DOORCLOSURE/TENSIONER 2.2 COUNTER-TOP SHOWCASE (2) each 2.3 CASH REGISTER STAND 2.4 COUNTER CORNER FILLER 2.5 SHELVING UNITS 2.6 DECK COVERING (MONOLITHIC SEAMLESS DECKING). Remove existing deck covering material. Provide and install approximately 500 square feet of new monolithic seamless deck covering (PRC), in ship store space. Install new underlay conforming to MIL SPEC MIL-D-3135, in accordance with GEN SPEC section 634. Install new Cosmetic Polymeric (Monolithic Seamless) deck covering throughout. Deck covering to be in accordance with MIL SPEC MIL-D-24613, Type II, and Class 2. Install to a thickness not to exceed inch. Install in accordance with the manufacturer's instructions. Apply sealer to complete the installation, See Qualified Products List (QPL 24613) for a listing of approved manufacturers or suppliers. Ship's representative shall determine color/pattern. 2.7 COLOR/PATTERNS. The ship's representative shall determine all colors and patterns, after award of contract. 2.8 VENDOR DRINK FIXTURES. Ships force to select and provide three (3) vendor-supplied drink coolers. Drink coolers to be approximately 24-13/16" W x 23" D x 71" H, similar to model GDM15, or equivalent. Contractor to provide and install necessary brackets, supports, foundations, and electrical cable wiring / junction boxes for installation of selected vendor drink coolers. Location to be on aft bulkhead of store, where shown on drawing, or as selected by ships representative. Foundation to be minimum 3" high, with black kick plate. Ships force to complete connections to ships electrical distribution system. 2.9 REMOVAL. Removal of existing fixtures, shelving, clips, brackets, decking may be completed as joint effort between ships force and contractor, or completed 100% by the contractor. Ships force reserves the right to accept partial removal responsibility. Contractor provide written estimate for removal on two line items, to cover each of the above possible removal options. CONTRACTOR SHALL SUBMIT MAKE, MODEL, NAME OF MANUFACTURER AND, TECHNICAL DATA INCLUDING PAINT SPECIFICATION WITH QUOTE OR OFFER IF BIDDING OTHER THAN METAL DYNAMICS, LTD. The requiring activity shall perform a technical evaluation on submittals of slat wall shelving units, shelves and gondolas for brands other than Metal Dynamics, Ltd. Deviations from approved store fixtures must be authorized by NAVSUP Warrant Holder for Ship Store Design. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by August 21st, 2009, 4:00 P.M. Offers can be emailed to charles.o.loss@navy.mil, faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Charles Loss, Norfolk, VA.23511-3392. Reference RFQ V218809163540, on your quote. NAICS 337214
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V218809163540/listing.html)
- Place of Performance
- Address: Naval Amphibious Base Little Creek, Norfolk, VA<br />
- Zip Code: 23511<br />
- Zip Code: 23511<br />
- Record
- SN01911460-W 20090815/090814001452-9babdafd295f6777107ba28e0bb367c1 (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 |