Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOLICITATION NOTICE

Z -- Service and support for Mobile Firing Range OCONUS

Notice Date
2/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0083
 
Response Due
3/1/2012
 
Archive Date
3/16/2012
 
Point of Contact
John Gibbs 757-443-1408
 
Small Business Set-Aside
N/A
 
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 Acquisition of Commercial Items at FAR 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request For Quote) is N00189-12-T-0083. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120130. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses may be accessed fully at addresses: www.acqnet.gov/far & http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. This action Full and Open Competition. Fleet Logistics Center Norfolk, Contracting Department, requests responses from qualified sources capable of providing; This service action is for Service and Support Maintenance to a Mobile Firing Range Place of Performance: Souda Bay, Crete “ The contractor will arrange with the end user for location and time for maintenance following contract award. Scope of Work: Range Service Checklist a. Target and Drive System 1. Inspect track hanger assemblies. 2. Check Track for Alignments. 3. Inspect Ramp assemblies. 4. Inspect commutation wiring mounting brackets. 5. Inspect target carrier, plate, and target holder. 6. Inspect carrier guide wheels. 7. Inspect gear motor, shaft, coupling, and limit switch. 8. Inspect pick-up shoe for wear and adjustment. 9. Inspect drive unit including belt tension, pulleys, clutch, and brake adjustments. 10. Inspect and test Range Master 9000. 11. Inspect and test local control modules. b. Ceiling System. 1. Check ceiling suspension points 2. Check Sonex for improper adhesion. C. Bullet Trap. 1. Check sidewall rubber, fairings, overtrap protection, and gum rubber curtain. 2. Level and adjust GranTex. 3. Check GranTex for lead buildup. 4. Check safety bin. 5. Check floor fairing. 6. Check ventilation fairing. 7. Recycle LE7500 GranTrap. d. Lighting System. 1. Inspect and test light dimming system. 2. Inspect General Lighting. 3. Inspect Emergency Lighting. e. Security System. Test photoelectric security system. f. Audio System. Test audio system. g. Ventilation system. 1. Inspect Ventilation Gauges. 2. Replace Filters. 3. Inspect Fan Belts. 4. Check for loose hardware. 5. Pre filter reading. 6. Final HEPA Reading 7. Range Pressure. h. Trailer Exterior. 1. Inspect General Condition of Chassis. 2. Inspect General Condition of Box. 3. Inspect Stairs and Safety Striping. 4. Inspect Doors and Rear Lights. i. Road Range Interior (General). 1. Inspect Control Room Countertop. 2. Inspect AC Unit IAW Manufactures Instructions. 3. Inspect Flooring and Replace as needed. 4. Inspect for cleanliness of Sonex and Vacuum. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), The following clauses apply and are incorporated by reference: 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government Interest when subcontract with contractors debarred, suspended, or proposed for debarment 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sept 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals; 52.237-1 Site Visit 52.247-34 F.O.B. Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.243-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023 Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments (DEC 2006) The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company ™s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote 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. Responses to this solicitation are due by March 1, 2012 at 3:00 PM ET. Offers can be emailed to john.c.gibbs@navy.mil, faxed to 757-443-1424, Attention: John C. Gibbs, Code 240C, reference RFQ N00189-12-T-0083 on your proposal. NAICS Code 713990. SVC Code Z1PZ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0083/listing.html)
 
Record
SN02677293-W 20120218/120216234950-101c7bc473128c8fa9a943bb075f9917 (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.