SOLICITATION NOTICE
23 -- FIRE TRAINING TOWER
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-06-T-0215
- Response Due
- 9/27/2006
- Archive Date
- 11/15/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under N68836-06-T-0215. A subsequent solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 20060908. This requirement is a full and open. The NAICS code is 423850 and the Size Standard is 500 employees. FISC Jacksonville intends to purchase a Custom Painted Three Story Fire Training Simulator(Tower) with a footprint of 32FT-0 IN x 16 FT-0 IN, and overall roof height of 34 FT-5 IN not including roof railing. The structure will include two separate burn rooms, one on the ground floor and the other on the second floor. The burn rooms shall be rated for continuous use at temperatures up to 1850 degrees Fahrenheit. Interested parties may request the complete specification via email from rebecca.washington@navy.mil. Response to this solicitation is due 27 September 2006. Delivery to Naval Air Station, Corpus Christi, TX. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). QUOTES SHALL INCLUDE: 1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, drawings and other submissions required by the specifications. Offerors who do not submit clear specifications will be eliminated from competition. (2) Completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. Quotation information may be submitted electronically via e-mail or fax. Submit quotations to: Fleet and Industrial Supply Center, Jacksonville, Attn: Rebecca Washington, Code 240.RW Phone 904-542-1000 ext. 173 or fax 904-542-1095. Address all questions or inquiries to the Contracting Officer at: 904-542-1000 ext. 173 or e-mail: rebecca.washington@navy.mil Solicitation number: RFQ N68836-06-T-0215 on all documents and requests for information. Quotes must be received no later than 2:00 PM ET on 27 September 2006.
- Place of Performance
- Address: FIRE & EMERGENCY SERVICES, NAVAL AIR STATION, CORPUS CHRISTI, TX
- Zip Code: 78419
- Country: UNITED STATES
- Zip Code: 78419
- Record
- SN01151199-W 20060923/060921221716 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |