Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2003 FBO #0420
SOLICITATION NOTICE

71 -- Berth Curtains

Notice Date
1/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
Reference-Number-V03365-3010-4799
 
Response Due
2/10/2003
 
Archive Date
2/25/2003
 
Point of Contact
Cheryl Bernhard, Contract Specialist Intern, Phone 757-444-2385, Fax 757-444-4417, - Scott Wilkins, Contract Specialist Intern, Phone 757-444-2636, Fax 757-444-4417,
 
E-Mail Address
cheryl_a_bernhard@nor.fisc.navy.mil, scott_d_wilkins@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, 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 number for this procurement is V03365-3010-4799. This combined synopsis/solicitation is being issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures in accordance with FAR 13. North American Industry Classification System code is 337127; the small business size standard is 500 employees. This acquisition is 100% small business set aside. FISC Habitability Division Norfolk intends to purchase berth curtains. The Offeror shall reference the Shipboard Furniture Catalog for general information. Attention is invited to the catalog section titled "What makes Navy furniture "Navy" and Navy shipboard furniture requirements and guidance references. This catalog can be accessed at http://www.dt.navy.mil/code97/9780/9783hp.html. To comply with these requirements the berth curtains being solicited herein must be of fire retardant fabric. Note: final evaluation for acceptance/rejection of the berth curtains for use on board a US Naval ship will be within the purview of the Naval Surface Warfare Center, Code 9783. It is incumbent upon contractors to submit all pertinent literature relative to their product for Government evaluation of NAVSEA approved berth curtains that follows: CLIN 0001 Berth Curtains. Provide one thousand two hundred and twenty five (1,225) pairs of berth curtains similar to or same as shipboard furniture catalog number B-2B-3 approximately 42 inches wide X 23 inches high. Berth curtains shall be fabricated of fiber upholstery fabric aramid and aramid/novaloid blend in accordance with MIL SPEC-C-24500 with a minimum weight of 6 ounces per square yard, i.e. Nomex. Material shall be fabricated in accordance with MIL-SPEC DOD-C-24556 (SH). Berth curtains shall be the sliding tape track type. Color to be standard blue. Shipboard approved, QTY 1,225, Unit of Issue Pairs. Delivery shall be FOB Destination. Delivery shall be to: USS Enterprise CVN- 65, ATTN: Supply Officer, BLDG W-143, Doorway 27, 1968 Gilbert Street, Norfolk VA 23511. All items shall be delivered by 4 March 2003. Award of a firm fixed price contract is designated. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000). Offerors are required to submit the following: a written proposal on letterhead, signed and dated that contains the requested supplies with unit prices(s), extended price(s), prompt payment terms, remittance address if different than the mailing address, descriptive literature of items being prepared, solicitation number, time specified in the solicitation for receipt of proposals, name, address, and telephone number of the offeror, terms of any express warranty. Responses shall include a statement specifying the extent of the agreement with all terms, conditions, and provisions in this solicitation. Responses that fail to furnish the required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. Provision FAR 52.212-2, Evaluation-Commercial Items (JAN 1999): The Government will award a firm fixed price contract resulting from this solicitation. Proposals will be evaluated on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors as stated in the above specifications. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR 52.247-34 F.O.B destination (NOV 1991): Supplies shall be delivered to the designated destination free of expense to the Government. The Contractor shall -(1)(i) Pack and mark the shipment to comply with contract specifications; or(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;(2) Prepare and distribute commercial bills of lading;(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;(5) Furnish a delivery schedule and designate the mode of delivering carrier; and(6) Pay and bear all charges to the specified point of delivery. Offerors' responses shall include a completed copy of the representations and certifications at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2002), and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with their proposal. Offerors shall refer to website http://farsite.hill.af.mil/ to obtain a copy of the representations and certifications and other FAR clauses. The following clauses apply to this solicitation and are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2001) (DEVIATION); FAR 52.215-5, Facsimile Proposals (OCT 1997); FAR 52.232-33 Payment By Electronic Funds Transfer - Central Contractor Registration (MAY 1999); FAR 52.219-6 Notice of Small Business Set Aside (JUL 1996). The following DFARS provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2001) (DEVIATION), and DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001). Response time: All responses to this solicitation including pertinent descriptive literature of product are due 12:00 PM, local Norfolk time, on 10 February 2003, and offerors shall fax their responses to the Fleet and Industrial Supply Center (FISC), 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, Attn: Cheryl Bernhard, Code 201A2, Reference RFP V03365-3010-4799, at 757-444-4417.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189/Reference-Number-V03365-3010-4799/listing.html)
 
Place of Performance
Address: USS Enterprise CVN- 65, ATTN: Supply Officer, BLDG W-143, Doorway 27, 1968 Gilbert Street, Norfolk VA
Zip Code: 23511
Country: USA
 
Record
SN00246883-F 20030126/030124222856 (fbodaily.com)
 
Source
FedBizOpps.gov 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.