Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2001 PSA #2929
SOLICITATIONS

J -- REPAIR CANOPY AREA FOR FIVE TOURBOATS

Notice Date
August 31, 2001
Contracting Office
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
ZIP Code
96860-4549
Solicitation Number
N00604-01-T-B162
Response Due
September 7, 2001
Point of Contact
Mary Wardwell, Contracting Officer/Contract Specialist (808) 473-7538
E-Mail Address
Click here to contact the contracting officer via (mary_k_wardwell)
Description
This solicitation is a 100% small business set-aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-01-T-B162 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Change Notice 20001213. The NAICS code is 811490 and the business size standard is $5 million. This requirement is for a fixed priced contract for repairs to 5 each tourboat canopies. Required repairs include: remove light fixtures and pa speakers; remove fiberglass insulation and vapor barrier; remove existing 3/4 inch plywood strips; install new 3/4 X 4 inch wood board to run for/aft and athwart the boat in the same patter as existing plywood strips; replace deteriorated wood around skylights an engine removal hatches; Replace plexiglas skylights; Repair engine removal hatches and surrounding wood. Inside of repaired hatches shall be uniform in appearance with balance of hatches; primer and paint new wood and overhead with white gloss or semi-gloss finish coat; Reinstall lighting fixtures and existing pa systems; Repair fiberglass damage on corners of canopies as required; Replace aluminum stanchions and support parts as required. Requirements for repairs are as follow: Replacement wood shall be of fire retardant/pressure treated grade suitable for marine environment; Replacement wood is to be painted all surface to include butt ends prior to installation to prevent moisture intrusion; stainless steel screws, nuts and washers must be used throughout project; Replacement insulation is not required or desired; Light fixtures shall be replaced. Contractor's quote shall list all proposed work to be performed in sufficient detail to demonstrate understanding of all work required to be performed. A site visit may be scheduled if required by calling the contracting officer. All work is to be quoted on a fixed price basis. Performance is to start within one week after award and be completed within 45 days after award. F.O.B. Destination Pearl Harbor, Hawaii 96860. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b) (4), Technical Description-Substitute "Descriptive literature" for "technical description."; Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7036 Buy American North American Free Trade Agreement Implementation Act Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 7 September 2001. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MM), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to Mary_K_Wardwell@pearl.fisc.navy.mil.
Record
Loren Data Corp. 20010905/JSOL008.HTM (W-243 SN50W5V0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 31, 2001 by Loren Data Corp. -- info@ld.com