Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

72 -- Aluminum Deck Grating

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-03-T-0237
 
Response Due
8/15/2003
 
Archive Date
9/15/2003
 
Point of Contact
Arleen Starks, Contract Specialist, Phone (904) 542-0471, Fax (904) 542-1095,
 
E-Mail Address
Arleen_L_Starks@jax.fisc.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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-03-T-0237 applies and is issued as a Request for Quotation. This procurement is set aside for small business. This announcement constitutes the request for the required material under RFQ N68836-03-T-0237. The North American Industry Classification System (NAICS) code is 332323 and the business size standard is 500. ALUMINUM DECK GRATING is to be purchased for delivery and INSTALLATION onboard the USS John F. Kennedy (CV-67) home ported at Naval Station Mayport, FL. Grating shall be IAW MIL-G-18014, Type B ? aluminum alloy, light duty; Class A ? lightweight; Style 2 - interlocked. Quantity: 9,765 square feet. Grating shall be 2 inches high. Panels shall be 3 ft X 5 ft and be cut into approximately 651 panels prior to delivery. Quantity variation of +10% applies. Banding bars on each panel shall be 2 IN X 3/16 IN and finished or banded by means of spacers or bridges to preclude welding. Marking for shipment and storage shall be IAW MIL-STD-129. Gratings shall be prepared for shipment in accordance with commercial practice to ensure carrier acceptance and safe delivery at destination, and shall meet as a minimum the requirements of carrier rules and regulations applicable to the mode of transportation. Desired delivery is 3-6 weeks ARO or sooner. Partial deliveries will be accepted. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-5 Covenant Against Contingent Fees (APR 1984), 52.203-6 Restrictions On Subcontractor Sales To The Government (JUL 1995), 52.203-7 Anti-Kickback Procedures (JUL 1995), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.211-5 Material Requirements (AUG 2000) 52.211-16 Variation in Quantity (APR 1984), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-3 Offeror Representations/Certifications-Commercial Items (JUL 2002), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-6 Notice of Small Business Set-Aside (JUL 1996), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.223-13 Certification of Toxic Chemical Release Reporting (OCT 2000), 52.223-14 Toxic Chemical Release Reporting (OCT 2000), 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000), 52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (MAY 2001) 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (SEP 1996). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.211-9 Desired and required Time of Delivery (JUN 1997), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (MAY 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, 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. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factor: PRICE. Quotations must be received no later than 2:00 PM ET, August 15, 2003. Quotations must be in writing and may be faxed or mailed to the following. Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1163 Telephone 904-542-0471, EMAIL: Arleen_L_Starks@jax.fisc.navy.mil. FOB destination, Deliver to: Butler Hut, Bldg 1259 Naval Station Mayport, FL Mark For: USS John F. Kennedy CV-67 S-2 Division, Attn: MS2 Clemons/MS1 Hairston.
 
Record
SN00390202-W 20030803/030801214009 (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.