Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2003 FBO #0420
SOLICITATION NOTICE

20 -- Doors

Notice Date
1/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
Reference-Number-V05848-2352-A618
 
Archive Date
2/20/2003
 
Point of Contact
Cheryl Bernhard, Contract Specialist Intern, Phone 757-444-2385, Fax 757-444-4417, - Scott Wilkins, Contract Specialist Intern, Phone 757-444-2636, Fax 757-444-4417,
 
E-Mail Address
cheryl_a_bernhard@nor.fisc.navy.mil, scott_d_wilkins@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is V05848-2352-A618. This combined synopsis/solicitation is being issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures in accordance with FAR 13. North American Industry Classification System code is 337127; the small business size standard is 500 employees. This acquisition is 100% small business set aside. It is incumbent upon contractors to submit all pertinent literature relative to their product for Government evaluation of NAVSEA approved doors in accordance with NAVSEA drawing 804-5959320 that follows: CLIN 0001 doors. Provide one (1) each metal joiner door, elevation 4-D / Type C, right hand door with lock set, approximately 26 inches wide x 66 inches high. CLIN 0002 doors. Provide four (4) each metal joiner doors, elevation 4-D / Type C, right hand door with lock set, approximately 26 inches wide x 74 inches high. CLIN 0003 doors. Provide eight (8) each metal joiner doors, elevation 4-D / Type C, right hand door with latch set, approximately 26 inches wide x 74 inches high. CLIN 0004 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, right hand door with lock set and fixed light, approximately 26 inches wide x 74 inches high. CLIN 0005 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, right hand door with latch set and fixed light, approximately 26 inches wide x 74 inches high. CLIN 0006 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, right hand door with lock set with a type VII vent, approximately 26 inches wide x 74 inches high. CLIN 0007 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, left hand door with lock set, approximately 26 inches wide x 66 inches high. CLIN 0008 doors. Provide six (6) each metal joiner doors, elevation 4-D / Type C, left hand door with lock set, approximately 26 inches wide x 74 inches high. CLIN 0009 doors. Provide five (5) each metal joiner doors, elevation 4-D / Type C, left hand door with latch set, approximately 26 inches wide x 74 inches high. CLIN 0010 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, left hand door with lock set and type VII vent, approximately 26 inches wide x 66 inches high. CLIN 0011 doors. Provide two (2) each metal joiner doors, elevation 4-D / Type C, left hand door with latch set and type VII vent, approximately 26 inches wide x 66 inches high. CLIN 0012 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, left hand door with lock set and type VII vent, approximately 26 inches wide x 74 inches high. CLIN 0013 doors. Provide one (1) each metal joiner doors, elevation 11-D / Type N, knob on left hand door, double doors open out into passageway, color shall be medical white, approximately 42 inches wide x 73 1/2 inches high. CLIN 0014 doors. Provide one (1) each flush half panel door, Type C, left hand door with lock set, approximately 30 inches wide x 75 inches high. CLIN 0015 doors. Provide one (1) each metal joiner doors, elevation 4-D / Type C, right hand door with lock set and fixed light, approximately 26 inches wide x 74 inches high. Color shall be medical white. CLIN 0016 doors. Provide one (1) each flush panel doors, Type C, right hand door with lock set, approximately 26 inches wide x 69 inches high. CLIN 0017 doors. Provide two (2) each metal joiner doors, elevation 4-D / Type C, right hand door with lock set, approximately 26 inches wide x 74 inches high. Color shall be medical white. Notes: All doors shall be aluminum and hinges are standard 5 ? inches. Contractor shall provide associated frames with all doors. All measurements refer to the clear opening. All doors shall be in accordance with NAVSEA drawing 804-5959320. It is strongly recommended that the Contractor visit the ship and see the doors. Contractors shall contact Scott Wilkins at 757-444-2636 to set up a site visit on the USS Seattle if necessary. Any doors delivered that are unsuitable shall be exchanged or returned at no cost to the Government. Delivery shall be FOB Destination. Delivery shall be to: USS Seattle AOE-3, ATTN: Supply Officer, BLDG W-143, Doorway 27, 1968 Gilbert Street, Norfolk VA 23511. All items shall be delivered by 1 March 2003. Please provide best delivery date if 1 March 2003 cannot be met. Award of a firm fixed price contract is designated. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000). Offerors are required to submit the following: a written proposal on letterhead, signed and dated that contains the requested supplies with unit prices(s), extended price(s), prompt payment terms, remittance address if different than the mailing address, descriptive literature of items being prepared, solicitation number, time specified in the solicitation for receipt of proposals, name, address, and telephone number of the offeror, terms of any express warranty. Responses shall include a statement specifying the extent of the agreement with all terms, conditions, and provisions in this solicitation. Responses that fail to furnish the required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. Provision FAR 52.212-2, Evaluation-Commercial Items (JAN 1999): The Government will award a firm fixed price contract resulting from this solicitation. Proposals will be evaluated on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors as stated in the above specifications. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR 52.247-34 F.O.B destination (NOV 1991): Supplies shall be delivered to the designated destination free of expense to the Government. The Contractor shall -(1)(i) Pack and mark the shipment to comply with contract specifications; or(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;(2) Prepare and distribute commercial bills of lading;(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;(5) Furnish a delivery schedule and designate the mode of delivering carrier; and(6) Pay and bear all charges to the specified point of delivery. Offerors' responses shall include a completed copy of the representations and certifications at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2002), and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with their proposal. Offerors shall refer to website http://farsite.hill.af.mil/ to obtain a copy of the representations and certifications and other FAR clauses. The following clauses apply to this solicitation and are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2001) (DEVIATION); FAR 52.215-5, Facsimile Proposals (OCT 1997); FAR 52.232-33 Payment By Electronic Funds Transfer - Central Contractor Registration (MAY 1999); FAR 52.219-6 Notice of Small Business Set Aside (JUL 1996). The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2001) (DEVIATION), and DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001). Response time: All responses to this solicitation including pertinent descriptive literature of product are due 12:00 PM, local Norfolk time, on 5 February 2003, and offerors shall fax their responses to the Fleet and Industrial Supply Center (FISC), 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, Attn: Cheryl Bernhard, Code 201A2, Reference RFP V05848-2352-A618, at 757-444-4417.
 
Place of Performance
Address: USS Seattle AOE-3, ATTN: Supply Officer, BLDG W-143, Doorway 27, 1968 Gilbert Street, Norfolk VA
Zip Code: 23511
Country: USA
 
Record
SN00246593-W 20030126/030124214612 (fbodaily.com)
 
Source
FedBizOpps.gov 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.