SOLICITATION NOTICE
56 -- DECK COVERING MATERIALS
- Notice Date
- 9/9/2003
- 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
- V20632358091
- Response Due
- 9/17/2003
- Archive Date
- 9/30/2003
- Point of Contact
- Bruce Melton, Contract Specialist, Phone 757-445-2688, Fax 757-445-2666, - Scott Wilkins, Contract Specialist , Phone 757-445-1444, Fax 757-444-4417,
- E-Mail Address
-
bruce.melton@navy.mil, scott.wilkins@navy.mil
- Small Business Set-Aside
- Total Small Business
- 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 test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is V20632-3235-8091 for the USS Saipan (LHA-2) located at the Norfolk Naval Shipyard, Portsmouth Virginia. This solicitation documents and incorporates provisions and clauses in effect through FAC2001-15 and DFARS Change Notice 20030821. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 423220 and the Small Business Standard is 250. This is a 100% Small Business Set-Aside action. The FISC Norfolk acquisition department requests responses from qualified sources capable of providing: CLIN 0001, DECK COVERNING MATERIALS, INTERIOR, COSMETIC POLYMERIC, TYPE II,CLASS 2, 1 LOT Contractor shall provide all material products in accordance with manufacturer?s specifications, such as primer, underlayment, PRC rubber, white chips, blue coloring, sealer, etc., that will be required for the Ship?s force to accomplish the complete installation of deck covering projects. The Quantity requested shall be the quantity of all products required for completing 16,500 SF of deck area. CLIN 0002, DECK COVERING SEALER MATERIALS FOR COSMETIC POLYMERIC, TYPE II,CLASS 2, 1 LOT. The Contractor shall provide all sealer materials required for the Ship?s force to accomplish complete sealing projects in accordance with manufacturer?s specifications. The Quantity requested shall be the quantity required for completing 2,000 SF of deck area. Partial deliveries shall be authorized and 1/3 materials shall be delivered not later than October 31, 2003, the second 1/3 shall be delivered not later than December 15, 2003 and the third 1/3 shall be delivered not later than January 31, 2004. Deliveries will be FOB Destination. Manufacturer of the materials shall be as listed in NAVSEA?s Qualified Products List QPL 24613-28, which lists products approved marine deck coatings and suppliers. 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), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2002) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996), FAR 52.215-5 Facsimile Proposals (OCT 1997). FAR 52.247-24 F.o.b. Destination (NOV 1991). The following FAR provisions and clauses apply to this solicitation and are incorporated by full-text: FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Deviation) (MAY 2002) within this clause, the following clauses apply and are incorporated by reference:52.222-21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332),). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: DFAR 252.212-7000 Offeror representations and certifications--Commercial items (9/95); DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (APR 2002) within this clause the following clauses apply and are incorporated by reference; 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (SEP 2001) (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note), DFAR 252.225-7000 Buy American Act--Balance of Payments Program (SEP 1999);. DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449, either a price proposal on letterhead, or a SF1449 that should show the requested items and sub-item; with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Oral offers or quotes are not acceptable in response to this notice. Quotes submitted by all responsible sources shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery/a determination of responsibility/ technically acceptable low bids/ past performance. Responses to this solicitation are due by 17 SEPT 03 at 16:00 (4:00 P.M.) Offers can be faxed to (757-442-2666), or emailed to bruce.melton@navy.mil. Reference RFQ V20632-3235-8091 on your proposal. [SIC= 5039; FSC= 5680] Note(s): #1 applies. The proposed contract is 100% set-aside for small business concerns.
- Place of Performance
- Address: USS SAIPAN LHA-2, NORFOLK NAVAL SHIPYARD, PORTSMOUTH VIRGINIA
- Zip Code: 23707
- Country: USA
- Zip Code: 23707
- Record
- SN00430330-W 20030911/030909213535 (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 |