Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

J -- Remove and dispose of existing floor completely, then furnish and install

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M20001 1775 Forrestal Drive Norfolk, VA 23551
 
ZIP Code
23551
 
Solicitation Number
M2000107Q0001
 
Response Due
9/6/2007
 
Archive Date
10/5/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is M20001-07-Q-0001 and is being issued as a Request for Quotation (RFQ) with a closing date of 6 September 2007 (1200 noon, EST); the resulting purchase order shall be Firm-Fixed Price (FFP) order. This solicitation document and its incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 05-18. This solicitation is set aside 100% for Small Business concerns (100% small business set-aside) and has a North American Industry Classification System (NAICS) code of 238330 and a size standard of $13 million. The following contract line items (CLINs) are requir ed: LINE ITEM 0001: Remove and dispose of existing floor completely. Furnish and install horner Thrust-A-Cushion sleeper system, including 6mil poly 3/8? pads, 2 layers of 7/16? OSB, 25/32? x 2 ?? 2nd better maple sand & finish. Install 3? x 4? vent cover base, quantity of one (1) gym floor. Additional Specifications: Contractor to remove and dispose of existing wood floor completely. Contractor shall furnish and install new flooring system, sand and finish, apply 2 coats of seal, paint game lines and graphics, apply 2 coats of polyurethane and install maple base per industry standards. Dimensions: of the court are 67?w x 97?. Delivery shall be FOB Destination. Delivery address for all supplies and services within this solicitation is: Address: Camp Allen/MCCS, Hopkins Hall Gym, Bldg MAC-603, Norfolk Va 23515. A site visit will be conducted on 30 August 2007 at 9:00 a.m. Offerors who plan to attend should fax or email one of the points of contact contained herein a list of their attendees (no more than two (2) per company) to include full name, driver?s license number and state of issue as soon as possible and no later than 27 August 2007 for security and accountability purposes. Failure to respond in a timely manner may result in delay or denial of access to the site survey. Please arrive for the site visit 15 minutes prior to site visit time. Instructions for how to get to the site survey location will be provided upon receipt of the request to attend. Per FAR Clause 52.237-1, Site Visit, offerors are urged and expected to visit the site where the services are to be performed and in no event shall failure to visit and inspect the site constitute grounds for a claim after contract award. Registration with the Central Contractor Registration (CCR) is mandatory (prior to contract award) in accordance with DFARS 252.204-7004. Request for payment must be submitted via the Internet through the Wide Area Workflow Receipt and Acceptance (WAWF RA) system at https://wawf.eb.mil. Usage of the system is at n o cost to the contractor and training will be provided at http:// www.wawftraining.com. Questions regarding any of the above should be submitted in writing via email to: Alice Rodriguez (contracting person), alice.rodriguez@usmc.mil, phone: (757) 445-4331 or; GySgt Donald Jones, Procurement Chief, donald.j.jones@usmc.mil, phone: (757) 445-1524. Requests for site survey attendance as well as responses/offers may be sent via email to either of the two addresses listed above or via fax at (757) 445-4078. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, pricing and other factors considered. The following additional provisions and clauses apply: 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double- Sided on Rec ycled Paper, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-2 Evaluation- Commercial Items, 52.212-3 Offerors Representations and Certifications- Commercial Items, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Total Small Business Set- Aside, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-44 Fair Labor Standards Act and Service contract Act Price Adjustment, 52.232-1 Payments, 52.232-17 Interest, 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, 52.237-1 Site Visit, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.232-7003 Electronic Submission of Payment Requests. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR website at Internet address http://farsite.hill.af.mil .
 
Record
SN01378773-W 20070822/070820221911 (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 |
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.