Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOLICITATION NOTICE

67 -- FRAMES FOR AWARD CERTIFICATES

Notice Date
12/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-8411
 
Response Due
12/30/2013
 
Archive Date
1/29/2014
 
Point of Contact
Point of Contact - Karl Antolin, Contract Specialist, 6195534536; Gina Goodman, Contracting Officer, 619-553-5208
 
E-Mail Address
Contract Specialist
(karl.antolin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-8411. This requirement is set-aside for small businesses, NAICS code is 339999 and the size standard is 500 employees. As specified in the attached Statement of Work, requirement to provide and/or build picture frames: ITEM 1-BASE YEAR: Specification for a single certificate matted and in a wood frame shall be as follows: Mahogany on ramin (370-134) or equivalent 12-1/8-in wide X 15-in high Mat: Iron grill (9513) Cover: Clear Plexiglass (1/8 in) Period of Performance: 1 year from date of contract award. Quantity Needed: 275 each Unit price _______ Extended price ________ ITEM 2-BASE YEAR: Specification for a single certificate matted and in a wood gold frame shall be as follows: Wood gold frame 26968 Crescent 9827 11-1/8-in wide X 15-high Mat: Blue (1081) Cover: Clear Plexiglass Period of Performance: 1 year from date of contract award. Quantity Needed: 1500 each Unit price _______ Extended price ________ ITEM 3-BASE YEAR: Specification for single matted linen and in a wood frame shall be as follows: CMI 208 black and gold or equivalent 18-3/4-in wide X 19-1/4-in high First top mat: Stretched linen over beveled 1/8-in foam core Second bottom mat: 5089 black/clack beveled edge Cover: Clear Plexiglass Period of Performance: 1 year from date of contract award. Quantity Needed: 25 each Unit price _______ Extended price ________ ITEM 4-BASE YEAR: Framed, aerial photograph of SSC Pacific required for special presentation shall be mounted, framed, and matted. Specification shall be as follows: Metal frame black (Nielsen OEM 11.21 black) Size: 15 in (wide) X 12-3/16in high Mat: Iron grille (B7513) Size: 2 in. on all sides Period of Performance: 1 year from date of contract award. Quantity Needed: 300 each Unit price _______ Extended price ________ ITEM 5-BASE YEAR: Shipping cost to the following locations: LOCATION: Hawaii Japan Philly San Diego *Shipping costs to cover the duration of the contract. Quantity Needed: 1 Lot, Total price ________. TOTAL AMOUNT BASE YEAR: $____________. ITEM 6-OPTION YEAR 1: Specification for a single certificate matted and in a wood frame shall be as follows: Mahogany on ramin (370-134) or equivalent 12-1/8-in wide X 15-in high Mat: Iron grill (9513) Cover: Clear Plexiglass (1/8 in) Period of Performance: 1 year from date of contract award. Quantity Needed: 275 each Unit price _______ Extended price ________ ITEM 7-OPTION YEAR 1: Specification for a single certificate matted and in a wood gold frame shall be as follows: Wood gold frame 26968 Crescent 9827 11-1/8-in wide X 15-high Mat: Blue (1081) Cover: Clear Plexiglass Period of Performance: 1 year from date of contract award. Quantity Needed: 1500 each Unit price _______ Extended price ________ ITEM 8-OPTION YEAR 1: Specification for single matted linen and in a wood frame shall be as follows: CMI 208 black and gold or equivalent 18-3/4-in wide X 19-1/4-in high First top mat: Stretched linen over beveled 1/8-in foam core Second bottom mat: 5089 black/clack beveled edge Cover: Clear Plexiglass Period of Performance: 1 year from date of contract award. Quantity Needed: 25 each Unit price _______ Extended price ________ ITEM 9-OPTION YEAR 1: Framed, aerial photograph of SSC Pacific required for special presentation shall be mounted, framed, and matted. Specification shall be as follows: Metal frame black (Nielsen OEM 11.21 black) Size: 15 in (wide) X 12-3/16in high Mat: Iron grille (B7513) Size: 2 in. on all sides Period of Performance: 1 year from date of contract award. Quantity Needed: 300 each Unit price _______ Extended price ________ ITEM 10-OPTION YEAR 1: Shipping cost to the following locations: LOCATION: Hawaii Japan Philly San Diego *Shipping costs to cover the duration of the contract. Quantity Needed: 1 Lot, Total price ________. TOTAL AMOUNT OPTION YEAR 1: $____________. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. The option cost will be inclusive of the evaluation of the contract award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-71 (11/25/13) and Defense Federal Acquisition Regulation Supplement (DFARS), November 18, 2013. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). FAR Clause 52.217-5-Evaluation of options; 52.217-7- Option for increased quantity seperately priced item. This RFQ closes on December 30, 2013 at 12:00 PM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-8411. The point of contact for this solicitation is Karl Antolin at karl.antolin@navy.mil. Please include RFQ N66001-14-T-8411 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46bd6691e80c3913788613ef0f44d1a3)
 
Record
SN03248973-W 20131212/131210234300-46bd6691e80c3913788613ef0f44d1a3 (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.