COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS
99 -- ACCESS FLOOR WITH A RAISED FLOOR SYSTEM
- Notice Date
- August 22, 2001
- Contracting Office
- Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
- ZIP Code
- 20684-0010
- Solicitation Number
- N00421-01-Q-0541
- Response Due
- September 4, 2001
- Point of Contact
- Mary Jean Orwig, Contract Specialist, 301-862-8112
- E-Mail Address
- OrwigMJ@navair.navy.mil (OrwigMJ@navair.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-01-Q-0541 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to purchase on a firm fixed-price basis and to solicit and award the proposed purchase order for Access floor a raised floor system on a competitive basis for the material listed below. Award based on all or none will be made to the company with the lowest priced quote that meets all the specifications/minimum requirements listed below. This acquisition is required to support the Identification Systems (IDS) Branch, Naval Air Warfare Center Aircraft Division. NAWCAD IDS Branch requires Access floor with a Raised Floor system that meets the following Minimum/mandatory requirements. Specifications are: Floor system will be furnished and installed by vendor; Vendor may use existing frame work for panels; Vendor is to visit the job site and take all measurements to verify quantities and area involved before bid; An appointment for a site visit must be scheduled with Pat Woodburn at 301-862-8035 during the timeframe from date of publication of this synopsis through 31 August 2001; All work is to be performed during regular working hours and to be scheduled with the government point of contact; Vendor will move furniture and equipment as required for installation and will remove existing panels from job site; Color of laminate type tiles and color and material of the carpeted tiles will be selected by a Government representative at Building 8131; and per the floor plan of areas marked the vendor will supply wood core 1000 panels with factory applied high pressure laminate and monolithic edge. At other areas marked vendor will supply concrete filled panels with factory applied carpet. (These floor plans will be made available to the vendor at time of job site visit.) The contract line item number and description is** CLIN 0001 -- Access Floor, Raised floor system (Qty of 1 Lot). The North American Industry Classification Systems (NAICS) code for this requirement is 235520 with a size standard of $11.5 Million Dollars. The quote along with completed representations and certifications is due by 04 September 2001. Award is anticipated no later than 17 September 2001 with a required delivery date within 30 days after award of contract. FOB Destination and installation to NAWCAD, Bldg. 8131, Villa Road, St. Inigoes, MD 20684-0010; M/F: Pat Woodburn, Code 4.5.9.2. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT 2000) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAY 2001) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (2) 52.222-26, Equal Opportunity (E.O. 11246); (3) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (4) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (5) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (6) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). (7) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7036, Buy American Act-North American Free Trade Agreement implementation Act-Balance of Payments Program (Alternate I)(41 U.S.C. 10a-10d and 19 U.S.C.3301 note), (2) 252.227-7015 Technical Data-Commercial Items (10 U.S.C. 2320), and (3) 252.227-7037, Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. THIS NOTICE OF INTENT IS A REQUEST FOR COMPETITIVE QUOTES. Therefore, responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Mary Jean Orwig, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 04 September 2001. All quotes received by 3:30P.M. Eastern Standard Time 04 September 2001 will be considered by the Government. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Mary Jean Orwig, Code 251215, Tele#301-862-8112 or via e-mail: OrwigMJ@navair.navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8342) or telephone (301-862-8112). **END SYNOPSIS/SOLICITATION #N00421-01-Q-0541. **
- Record
- Loren Data Corp. 20010824/99SOL013.HTM (W-234 SN50V6U9)
| 99 - Miscellaneous Index
|
Issue Index |
Created on August 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|