SOLICITATION NOTICE
56 -- INSULATION
- Notice Date
- 8/7/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060403TB149
- Response Due
- 8/12/2003
- Archive Date
- 9/11/2003
- Point of Contact
- FRANCINE MATSUURA 8084749186
- Description
- The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends on awarding a single, firm-fixed price contract for the acquisition of the following noted line items. This procurement is 100% set-aside for small business concerns. NAICS Code 325212, 1,000 employees. The FSC Code is 5640. Award will be conducted under the provisions of FAR Part 12 ? Commercial Item and FAR 13.5 ? Simplified Acquisition Procedures. Please annotate Quote No. N00604-03-T-B149. You are required to submit a completed FAR 52.212-3 Representations and Certifications ? Commercial Items, provided as an attached document, with your quote. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. THIS ANNOUNC EMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION will not be issued. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is being issued as a Request For Quotations (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-14 and DFARS Change Notice 20030620. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a single, firm fixed price contract for: ITEM 0001: INSULATION, THERMAL/ACOUSTIC INSULATION BARRIER MATERIAL; POLYMIDE FOAM. 1-1/2 THK; P/N TLT-DB; CURVED TO SUIT HULL AFT OF FR.33, 30-3/4 WIDE X 48 LG.MSDS REQD. HMAUL EXEMPT, SEE ATTACHED SKETCH. 20 SHEETS. ITEM 0002: INSULATION, ACOUST IC BARRIER MATL 1 1/2 THK X 24 LONG; PREMOLDED TO SUIT NORMAL FRAME FLANGE; P/N TLT-DB SEE ATACHED SKETCH OR EQ.MSDS REQD;EXEMPT FROM HMAUL. 20 EACH. ITEM 0003: INSULATION, UNFACED; 1/2 THK X 32 X 48 DOD-I-24688 TY1; ORD DATA: A) INSULATION PANEL; THERMAL & ACOUSTIC; ABSORPTIVE; OPEN-CELL; ;POLYIMIDE FOAM; DOD-I-24688 18AUG87 W/AMD-1 24SEP96 B) AS SPEC C) NOT REQ'D IF BOUGHT FROM QUALIFIED VENDORS LISTED BELLOW. D)AS SPEC E-F)N/A G)PER PARA 3.14 H) PER PARA 4.2.1 I) PER PARA 4.4.2.1 J) LEVEL C. K) PER PARA 5.1.1. L) - R) N/A' MSDS REQD; MERCURY FREE EXCLUSION CLAUSE. 20 SHEETS. ITEM 0004: INSULATION, UNFACED; 1 THK X 32 X 48 DOD-I-24688 TY1; ORD DATA: A) INSULATION; PANEL; THERMAL AND ACOUSTIC; ABSORPTIVE; OPEN-CELL; ;POLYIMIDE FOAM; DOD-I-24688 18AUG87 W/AMD-1 24SEP96 B ) AS SPEC C) NOT REQD IF BOUGHT FROM QUALIFIED VENDORS LIST ED BELLOW. D ) AS SPEC E- F) N/A G)PER PARA 3.14 H)PER PARA 4.2.1 I) PER PARA 4.4.2.1 J) LEVEL C. K) PER PARA 5.1.1. L) - R) N/A; MSDS REQD;. MERCURY FREE EXCLUSION CLAUSE. 20 SHEETS. ITEM 0005: INSULATION, 1 1/2 THK X 32 X 48; P/N TLT-DB OR EQ.MSDS REQD;. MERCURY FREE EXCLUSION CLAUSE. 20 SHEETS. ITEM 0006: INSULATION, 1 1/2 THK X 32 X 48; P/N TLT-DB OR EQ.MSDS REQD;. MERCURY FREE EXCLUSION CLAUSE. 20 SHEETS. ITEM 0007: INSULATION, ACOUSTIC BARRIER MATL 1 1/2 INCH THK X 24 INCHES LONG PREM OLDED TO SUIT WIDE FRAME FLANGE. P/N TLT-DB OR EQ. MSDS REQD, HMAUL EXEMPT MERCURY FREE EXCLUSION CLAUSE. 10 EACH. ITEM 0008: INSULATION, 1/2 THK X 32 X 48 ; P/N TLT-DB. MSDS REQD, HMAUL EXEMPT MERCURY FREE EXCLUSION CLAUSE. 30 SHEETS. ITEM 0009: INSULATION, THERMAL/ACOUSTICAL INSULATION BARRIER MATERIAL POLYIMIDE FOAM; TYPE-1; CLASS-3; 1-1/2" THK. MOLDED TO 13-3/4" RAD IUS 29" LG X 22" WIDE; PER ATTACHED SKETCH ITEM 0008; P/N TLT-DB OR EQ. MSDS REQD;EXEMPT FROM HMAUL; USED ON IMPULSE TANKS. MERCURY FREE EXCLUSION CLAUSE. 6 EACH. ITEM 00010: INSULATION, 1 THK X 30 X 48 WITH SKIN ON BACK PPD 802-6335737 TY 1. ORD DATA: A) FIRE RESISTANT, ANTI-SWEAT SUBMARINE HULL INSULATION - BUILDERS' SPECIFICATION; PPD 802-6335737; DTD 30APR87. B) SHEET. C) AS SPEC D) N/A E) AS SPEC F) LEVEL C. G) NONE. MSDS REQD. HMAUL. MERCURY FREE EXCLUSION CLAUSE. 75 SHEETS. ITEM 00011: INSULATION, 1/2 THK X 24 X 48 WITH SKIN ON BACK PPD-802-6335737 TY-1. ORD DATA: A) FIRE-RESISTANT, ANTI-SWEAT SUBMARINE HULL INSULATION - BUILDERS' SPECIFICATION; PPD 802-6335737; 30APR87. B) SHEET. C) AS SPEC D) N/A E) AS SPEC F) LEVEL C. G) NONE RQRD.MSDS REQD; HMAUL;. MERCURY FREE EXCLUSION CLAUSE. 60 SHEETS. ITEM 00012: INSULATION, THERMAL 1 THK X 30 X 48 WITHOUT SKIN P PD 802-6335737 TY1 . ORD DATA: A) FIRE RESISTANT, ANTISWEAT SUBMARINE HULL INSULATION - BUILDERS SPECIFICATION; PPD 802-6335737; 30APR87. B) SHEET. C) AS SPEC D) N/A E) AS SPEC F) LEVEL C. G ) NONE. MSDS REQD; HMAUL. MERCURY FREE EXCLUSION CLAUSE. 20 SHEETS. ITEM 00013: INSULATION, 1/2 THK X 21 X 24 V NOTCHED THERMAL PPD-802-6335737 TY 1 . ORD DATA: A) FIRE RESISTANT, ANTI-SWEAT SUBMARINE HULL INSULATION - BUILDERS SPECIFICATION.PPD-802-6335737 30APR87 B) SHEET. C) AS SPEC D) N/A E) AS SPEC F) LEVEL C. G) NON E; MSDS REQD, HMAUL. MERCURY FREE EXCLUSION CLAUSE. 20 SHEETS. ITEM 00014: INSULATION, 1/2 THK X 24 X 48 WITHOUT SKIN ON BACK PPD 802-6335737 TYI; ORD DATA: A) FIRE RESISTANT, ANTI-SWEAT SUBMARINE HULL INSULATION-BUILDERS SPECIFICATIONS; PPD 802-6335737; 30APR87. B) SHEET. C) AS SPEC D) N/A. E) AS SPEC F) LEVEL C. G) NONE. MSDS REQD, HMAUL. MERCURY FREE EXCLUSION CL AUSE. 20 SHEETS. ITEM 00015: CAP INSULATION, POLYIMIDE FOAM; 1/2 THK; IAW ATTACHED DETAIL 14-B; TLT-DB OR EQ; MSDS REQD. HMAUL EXEMPT. 500 EACH. ITEM 00016: SOUND CONTROLLING B, MARINE COUSTIFAB CLOTH, 38 IN. W X 30 YD. LG.; CLAREMONT P/N 50G-NL-SL. 1 ROLL. ITEM 00017: TAPE, 2IN WIDE FIBROUS GLASS. FINISH CLOTH WT 18.5 OZ/SQYD. 50 YD ROLL. 10 ROLLS. ITEM 00018: TAPE, 4 IN WIDE FIBROUS GLASS. FINISH CLOTH WT 18.5 OZ/SQYD . 50 YD ROLL. 10 ROLLS. ITEM 00019: TAPE, 6 IN WIDE FIBROUS GLASS. FINISH CLOTH WT 18.5 OZ/SQ YD. 50 YD ROLL. 10 ROLLS. Quotes shall be FOB destination. Please state best delivery time on quote. All responsible sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registratio n in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-4, Contact Terms and Conditions?Commercial Items; FAR 52.223-3, Hazardous Material Identification and Material Safety Data, FAR 52.232-25, Prompt Payment, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.204-7004, Required Central Contractor Registration. The following clauses are incorporated by full text: FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptab le responsible offeror. FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, includes the following clauses incorporated by reference: FAR 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting, FAR 52.222-3, Convict Labor, FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-13, Restrictions on Certain Forei gn Purchases, FAR 52.232-30, Installment Payments for Commercial Items, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). FAR 52.215-5 Facsimile Proposals, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items, includes the following clauses incorporated by reference: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a- 10d, E.O. 10582), DFARS 252.223-7001, Hazard Warning Labels, DFARS 252.225-7000 Buy American Act?Balance of Payments Program Certificate. These clauses may be obtained vial the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html. REVIEW OF AGENCY PROTEST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33. 103 (d). (b) Pursuant to FAR 33. 103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the Contracting Officer or Reviewing Official. (d) Quoters should note this review of the Contracting Officer?s decision will not extend GAO?s timelin ess requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 12:00 NOON, Hawaii Standard Time, on August 12, 2003. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://web1.deskbook.osd.mil/htmlfiles/forms/DBY_Forms_Standard_Forms_(SF).asp. THE COMPLETED REPRESENTATIONS AND CERTIFICATIONS CLAUSE FAR 52.212-3 MUST ACCOMPANY YOUR QUOTE. Quotes may be mailed to Regional Contracting Department, Fleet an d Industrial Supply Center, Code 202.FM, Attn: Francine Matsuura, 667 Safeguard St., Ste 100, Regional Contracting Department, Shipyard Support DET, Pearl Harbor, HI 96860-5033, francine_k_matsuura@pearl.fisc.navy.mil. Facsimile quotes will be accepted at (808) 474-5223.
- Record
- SN00395285-W 20030809/030807214025 (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 |