Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2003 FBO #0672
SOLICITATION NOTICE

93 -- 9340--glass Related Materials and Installation

Notice Date
9/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6304204R5006
 
Response Due
10/1/2003
 
Archive Date
10/30/2003
 
Point of Contact
Brian O'Donnell 619-532-3445 Brian O'Donnell, Phone: 619-532-3445; Email: brian.odonnell@navy.mil
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(brian.odonnell@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 15. This Procurement is issued as a small business set-aside. See numbered note 1. The NAICS code is 235920 Glass and Glazing Contractors--with a small business standard of 100 employees. The agency need (NAS Lemoore, California) is as follows: (Note these CLINs denote material and labor for each item specified, in accordance with a response time no greater than 24 hours upon request by Customer): CLIN 0001: Ins tall 1/8" Polished Double Strength Glass; Qty: 100 Square Feet CLIN 0002: Install 1/8" Obscure Double Strength Glass; Qty: 10 Square Feet CLIN 0003: Install 1/4" Polished Wire Glass; Qty: 25 Square Feet CLIN 0004: Install 1/4" Obscure Wire Glass; Qty: 100 Square Feet CLIN 0005: Install 1/4" Float Glass; Qty: 200 Square Feet CLIN 0006: Install 1/4" Polished Laminated Glass; Qty: 110 Square Feet CLIN 0007: Install 1/4" Tinted Float Glass; Qty: 75 Square Feet CLIN 0008: Install 3/16" Float Glass; Qty: 75 Square Feet CLIN 0009: Install 2 Lite, 1/8" Double Strength Insulating Glass; Qty: 60 Square Feet CLIN 0010: Install 2 Lite 3/16" Insulating Glass; Qty: 1 Square Feet CLIN 0011: Install 2 Lite 1/4" Tempered Insulating Glass; Qty: 10 Square Feet CLIN 0012: Install 1/8" Double Strength Tinted Bronze/Gray Glass; Qty: 1 Square Feet CLIN 0013: Install 3/16" Tempered Tinted Bronze/Gray Glass; Qty: 25 Square Feet CLIN 0014: Install 1/4" Float Gray Lite No 14 Glass; Qty: 1 Square Feet CLIN 0015: Install 1/4" Laminated Tinted Glass; Qty: 1 Square Feet CLIN 0016: Install Thin Laminated (1/18" to 3/16") Glass; Qty: 1 Square Feet CLIN 0017: Install 1/4" Plate Glass Mirror, with Polished Edges; Qty: 1 Square Feet CLIN 0018: Install 1/8" Plate Glass Mirror in Medicine Cabinet; Qty: 10 Square Feet CLIN 0019: Install 7/8" Dual Glazed Insulated Glass Unit (Overhead and Curved Surfaces): 1/8" Tempered Bronze Tint Glass with ?? Air Space over 7/32" Heat Strengthened Laminated Clear Glass; Qty: 1 Square Feet CLIN 0020: Install 7/8" Dual Glazed Insulated Glass Unit (Vertical Surfaces): 1/8" Tempered Bronze Tint Glass with ?? Air Space over 1/8" Clear Tempered Glass; Qty: 20 Square Feet CLIN 0021: Install 3/16" Obscure Tempered Glass; Qty: 25 Square F eet CLIN 0022: Clean and reseal Existing Glass Channel for Existing Glass in Windows or Doors with a Silicone Type Sealant; Qty: 1 Square Feet CLIN 0023: Remove Existing Tinting Film and Clean Glass Ready for New Tinting Film: Qty: 1 Square Feet CLIN 0024: Install New Reflective Glass Tinting Film Over Existing Window or Door Glass: Qty: 1 Square Feet CLIN 0025: Additional Cost for Glassing Work Above 12 Foot Height; Qty" 10 Square Feet CLIN 0026: Emergency response (Additional) Cost per Location For Responding/Completing Work Within 4 Hours of Notification by Government: Qty: 1 Each CLIN 0027: New 3" Single Storefront Door with new Frame, Glass, Closer, panic Hardware and 10" Bottom Rail: Qty: 2 Each CLFN 0028: New 6' pair Doors with new Frame, Glass, Closer, Panic hardware and 10" Bottom Rails; Qty: 4 EA C LIN 0029: New Closer Only (Surface or Overhead Concealed); Q ty: 10 EA CLIN 0030: New Pivot Hardware (Offset Pivots); Qty: 10 EA CLIN 0031: Adjust Doors Only-No Parts; Qty: 20 EA CLIN 0032: Retro-Fit Hinges and New Closer; Qty: 1 EA Offeror shall provide unit price and amount for each CLIN, broken down by Base Year and Option Years 1 and 2. The requirement is for a firm-fixed price contract. The solicitation will be issued with the anticipation of obtaining current pricing and parts information for all CLINs listed. In accordance with 52.211-8 Time of Delivery, all products must be delivered within 24 hours after placement of call. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and al l cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade A greement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; FAR 52.219-6 Notice of Total Small Business Set-Aside; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): 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 Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicab le to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration 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 on the Internet at http://www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.211-16 Variation in Quantity; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Fund s Transfer?Central Contract Registration; 52.232-36 Payment by Third Party; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.247-35 F.O.B Destination, Within Consignee?s Premises; 52.249-1 Termination for the Convenience of the Government (Fixed Price) (Short Form). The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrate s the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s products that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, 01 October 2003 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the fo llowing addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00443668-W 20030930/030928213052 (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.