Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

71 -- ARM CHAIRS FOR SHIPBOARD WARDROOM USE

Notice Date
5/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0260
 
Response Due
5/25/2010
 
Archive Date
6/9/2010
 
Point of Contact
Morgan Byrum 757-443-1391
 
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, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-T-0260. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41 and DFARS Change Notice 20100507. 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: 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. The proposed contract is 100% set aside for small businesses. The Naval Supply Systems Command - Fleet & Industrial Supply Center - Norfolk Office requests responses from qualified sources capable of providing: shipboard habitability as specified in the statement of work herein. STATEMENT OF WORK Size - Millimeters (Inches)Item Requested - Arm Chair, Type 1, Class 2 - BLUE UPHOLSTERYQuantity = 62Unit of Issue: EASFC No. - B-3B-2bWidth - 530 (21)Depth - 500 (19 7/8)Height - 820 (32 )Weight kg (lb) - 9.0 (20) Principal Material: Aluminum, upholstery, and cushioning Federal Specification Number: AA-C-275, Modified for Shipboard Use. Frame - anodized aluminum, clear satin finish, painting not authorized. Class 2 chair will pass through a 25-inch diameter submarine hatch. Order Options: Slatted back (Class 2) Upholstery - Blue Cushioning and upholstery per MIL-STD-1623. Nonslip glides per NAVSEA Dwg. S3200-860055. The above information can also be seen at the following website:https://90machinery.navsses.navy.mil/habitability/furniture/productDetail.asp?prodId=73Delivery is 10 August 2010. Delivery Location is USS DWIGHT D. EISENHOWER CVN 69, 8449 AIR CARGO ROAD, BLDG LP-205, NORFOLK, VA 23511-4497. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contracting Registration52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, FOB Destination52.215-5, Facsimile Proposals52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-6, Notice of Total SB Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation52.222-3, Convict Labor52.222-19, Child Labor - Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.225-13, Restriction on Foreign Purchases52.232-36, Payment by Third PartyQuoters shall include a completed copy of 52.212-3 and its 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 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act & Balance of PaymentsDFARS 252.225-7000, Buy American Act-Balance of Payments Program CertificateBUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 2009)(a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation.(b) Evaluation. The Government-(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program.(c) Certifications and identification of country of origin.(1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-(i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and(ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.(2) The offeror certifies that the following end products are qualifying country end products:Line Item Number Country of Origin__________________________ __________________________ (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product":Line Item Number Country of Origin (If known) __________________________ __________________________(End of provision) 252.204-7004 Alt A, CCR Alternate A252.211-7003 Alt I, Item Identification & Valuation252.232-7010, Levies on Contract Payments5252.NS.046P, Prospective Contractor Responsibility This announcement will close at 12:00pm EST on Tuesday, 25 MAY 2010. Contact Morgan Byrum who can be reached at 757-443-1391 or email morgan.byrum@navy.mil. The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers can be emailed to morgan.byrum@navy.mil or faxed to 757-443-1333, Attn: Morgan Byrum. Telephone: 757-443-1391. Reference RFQ: N00189-10-T-0260 on your quote. However, email is the preferred method. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered notes apply. 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) (unit prices, extended price, total price), FOB point, delivery timeframe for each item, a point of contact, name, phone number and email, Cage Code, DUNS # and 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0260/listing.html)
 
Place of Performance
Address: USS DWIGHT D. EISENHOWER CVN 698449 AIR CARGO ROAD BLDG LP-205, NORFOLK, VA
Zip Code: 23511
 
Record
SN02150411-W 20100516/100514235344-b6aa0214a81d4da4ff8390d3be18d179 (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.