Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOLICITATION NOTICE

72 -- Berthing Curtains

Notice Date
12/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915TS201
 
Response Due
1/6/2016
 
Archive Date
1/22/2016
 
Point of Contact
MARK ZACCAGNINI 757-443-1296
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-15-T-S201 This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-85_ and DFARS Publication Notice 20151130. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 314120. The NAVSUP Fleet Logistics Center-Norfolk requests responses from qualified small-business sources capable of providing: Berth Curtains for aboard the USS Carter Hall (See SOW Attached ). Delivery is required within 5-7 weeks after receipt of award; Delivery Location is USS Carter Hall LSD 50, 1320 Barnstable Country Road, Building 3090, Virginia Beach, Va 23460. Responsibility and Inspection: unless otherwise specified in the order, the government is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award management (July 2013) 52.204-13 SAM Maintenance (July 2013) 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items (Deviation 2013-o0019) (Sept 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items. 52.204-10 Reporting Executive Compensation and First “Tier Subcontracts Awards (July 2013) 52.219-6 Notice of Small Business Set-Aside(Nov 2011) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities(April 2015) 52.222-22 Previous Contracts and Compliance Reports(Feb 1999) 52.222-26 Equal Opportunity (April 2015) 52.222-36 Affirmative Action for Workers w/Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons (march 2015) 52.223-18 Encouraging contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer “ SAM (July 2013) 52.232-36 Payment by Third Party (May 2014) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST) (Apr 2014) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/ ); (2) Quick Search (http://quicksearch.dla.mil/ ); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by ” (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm ); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2197, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars.. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Representation (Dev 2016-O0003) (Oct 2015) 252-203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001)(Oct 2015) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Lay-Fiscal Year 2016 Appropriations (Dev 2016 O0002) (Oct 2015) 252.211-7003 Item Identification and Valuation (Dec 2013) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7036 Alt I (June 2012) Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2012) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea (April 2014) This announcement will close at 11:00 AM (Eastern Time) on 06 January 2016, when quotes are due to Mark Zaccagnini who can be reached at email mark.zaccagnini@navy.mil. A reminder that this solicitation and subsequent award is being held under the basis of a small business set-aside. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The Award will be based upon LPTA with technical acceptability being considered in accordance with the information provided in the Statement of Work “ listed below: USS CARTER HALL Statement of Work 1.Enlisted Rack Curtains (Navy Blue) Size: 42L x 20W inches Sets of 2 (PAIR) Quantity: 100 Fabric shall be nomex and comply with mil-c-24500, Type I. Price (Pair): Line 1 Total: 2.Enlisted Rack Curtains (Red) Size: 42L x 20W inches Sets of 2 (PAIR) Quantity: 380 Fabric shall be nomex and comply with mil-c-24500, Type I. Price (Pair): Line 2 Total: 3.Officer Rack Curtains (Navy Blue) Size: 39L x 33W inches Sets of 3 (SET) Quantity: 25 Fabric shall be nomex and comply with mil-c-24500, Type I. Price Set (Set):Line 3 Total: 4.4. Officer Rack Curtains (Red) Size: 39L x 33W inches Sets of 3 (SET) Quantity: 25 Fabric shall be nomex and comply with mil-c-24500, Type I. Price (Set): Line 4 Total: 5.Door Curtains (Navy Blue) Size: 72L x 60W Single (EA) Quantity: 100 Fabric shall be nomex and comply with mil-c-24500, Type I. Price (Each):Line 5 Total: 6.Door Curtains (Red) Size: 72L x 60W Single (EA) Quantity: 30 Fabric shall be nomex and comply with mil-c-24500, Type I. Price (Each): Line 6 Total: Total Quote: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and the ability to deliver within the specified 5-7 week period of delivery. An annotation is required on the contractors quote specifying this quote is in compliance with descriptive NAVSEA Specifications as prescribed below. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB Destination to zip code 23460 (see paragraph 3 Page 1 for full delivery address), a point of contact with their full name and phone number, Company Cage code, business size, and confirmation that the Government Purchase Card is an acceptable means of payment. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Berth curtains must meet NAVSEA specs. Contractors submitting quotes in response to this Combined Synopsis/Solicitation are required to access www.mscorphab.com if details below are not clearly defined. APPLICABLE DOCUMENTS A. The following NAVSEA drawing is applicable to this contract: 807-6737901-10, Revision C; Standard Details, Curtain, Privacy, Find No. 812G ARR B. The Contractor must obtain all applicable document references including those not specifically listed above. Commercial standards should be ordered from www.ASTM.org or www.NSSN.org. Government specifications and standards should be downloaded from website quicksearch.dla.mil. The referenced NAVSEA drawing is posted under Manufacturing Drawings at www.MSCorpHab.com. Unless otherwise indicated, abbreviations are to be interpreted in accordance with ASME Y14.38. Abbreviations not listed herein nor in ASME Y14.38 are as posted at www.MSCorpHab.com. C. Unless otherwise stated, the applicable revision of each specification shall be the one that was in effect on 14 May 2014 as indicated by the DLA Acquisition Streamlining and Standardization System (ASSIST) database. See website quicksearch.dla.mil. D. DOD-C-24556 has been canceled and superseded by the Commercial Item Description (CID) A-A-59473. DOD-C-24556 is not invoked herein; however the Contractor may utilize this specification in areas where A-A-59473 and this contract are silent. GENERAL REQUIREMENTS A. All items shall be manufactured strictly in accordance with the Contract Line Item Descriptions, invoked drawings and specifications and this Statement of Work except as specifically authorized in accordance with paragraph C below. Where the requirements of the contract differ from those of the applicable drawings or reference specification cited herein, the contract description shall prevail. Where the requirements of the applicable drawings or the technical specifications herein differ from other reference specifications, the drawing and technical specifications herein shall prevail. C.1.4DETAILED REQUIREMENTS A.Under CID A-A-59473, Berth Curtains are Type 3 (lightweight, unpleated). B.Berth Curtains with a quantity of SE (set) consist of two curtains, each of which is per the dimensions given in the contract line item description. C.The heights of these Berth Curtains are determined from measurements taken from each ship/berth unit and will be specified with the applicable order. D.The carriers for all Berth Curtains (other than Fan Panels or Privacy Curtains) shall be molded nylon. E.The fabric for all Berth Curtains and Privacy Curtains (FN 812G, 812GB and 812R ARR) shall be Nomex and shall be in compliance with MIL-C-24500 Type I. G.The fabric and color for all like items in each order shall match unless otherwise specified. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915TS201/listing.html)
 
Record
SN03976495-W 20151224/151222234806-901b22d3f9cfc36076e6aca33f7b6b43 (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.