SOLICITATION NOTICE
J -- Paint 18-Meter Guam Antenna
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N00173-07-R-KS02
- Response Due
- 2/21/2007
- Archive Date
- 2/21/2008
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, 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, N00173-07-R-KS02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05-15 and DFARS Change Notice 20061212 . The associated small business size standard is 750 employees. NRL has a requirement for: CLIN 0001: The Contractor shall furnish equipment, materials, and manpower to fully clean and paint the antenna system, 1 LO; CLIN 0002: The Contractor shall be responsible for the cleanup of the surrounding area upon the completion of the project, 1 LO. This is a Naval Research Laboratory asset that needs to be cleaned and painted from the top down. This asset is located on the Naval Computer and Telecommunications Area Master Station (NCTAMS), adjacent to building 285 on the island of Guam. The contractor shall provide personnel, equipment and the materials required to complete the entire project. Under no circumstances will the Government be responsible to supply materials or assistance in the completion of this project. In addition, personnel working on this project must be US citizens. The complete specification, Davis Bacon Wage Determination, and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/rfp/07ks02.htm. Delivery and acceptance is at NCTAMS, Guam 96537, FOB Destination. Delivery shall be no later than nine weeks from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. All evaluation factors other than cost or price, when combined are more important than cost or price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-29, 52.232-33, and 52.247-64. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, and 252.247-7023. The following additional FAR and DFARs clauses apply: 52.204-7, 52.222-5, 52.222-6, 52.222-7, 52.222-8, 52-222-9, 52.222-10, 52.222-11, 52.222-12, 52.222-13, 52.222-14, 52.222-15, 252.204-7004 Alternate A, and 252.222-7005. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than ten (10) business days before the response date of this solicitation. An original and one copy of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Kirsten Stanley, Code 3230.KS. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This and other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Place of Performance
- Address: PSC 488 BOX 101, FPO, AP
- Zip Code: 96537
- Country: UNITED STATES
- Zip Code: 96537
- Record
- SN01214871-W 20070120/070119093615 (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 |