SOLICITATION NOTICE
71 -- Beachcomber Custom design furniture.
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883611R0079
- Response Due
- 8/17/2011
- Archive Date
- 8/17/2011
- Point of Contact
- Juan Hernandez 904-542-4838 Alise Taylor Sindab, Contracting Officer, Telephone number 904-542-1265. Via email: alise.sindab@navy.mil
- E-Mail Address
-
juan.p.hernandez@navy.mil
(juan.p.hernandez@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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. Competitive quotes are not being requested and a written solicitation will not be issued. The NAVSUP Fleet Logistics Center Jacksonville intends to procure on a sole source basis, under a firm fixed priced contract with John Savoy & Son, Inc the custom designed furniture, located at Guantanamo Bay Housing Installation Naval Station, Cuba. Reference solicitation number N68836-11-R-0079 when replying to this Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition and Defense Federal Acquisition Regulations. The North American Industry Classification System (NAICS) code is 337127 and the business size standard is 500 employees. This acquisition is to procure custom designed furniture manufactured by John Savoy & Son, Inc, Montoursville, PA. The requirement covers the Chestnut Ridge full size bed, Beachcomber special need wardrobe, Beachcomber five drawer chest, Beachcomber single wardrobe, Beachcomber Wall Hung shelf, Beachcomber study desk, Designer table-solid oak round legs, Guard rail for beds. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-3 and its ALT I offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractors commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is requirements for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Any questions with regard to this requirement shall be addresses to the Contract Specialist identified elsewhere on the solicitation/award document. Any response or offer to this solicitation past the quote closing time and date will not be considered. All offers must meet all specifications and/or provide applicable certifications or their offer will not be considered. The quotation must be received no later than 12:00 Noon EDT, August 17, 2011. Also, it must be in writing and may be faxed or e-mailed to the following: Juan Hernandez, telephone 904-542-4838, Fax 904-542-1096 or Juan.P.Hernandez@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3284a26421da4e7543d7f120bee53607)
- Record
- SN02534587-W 20110817/110815235228-3284a26421da4e7543d7f120bee53607 (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 |