Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2007 FBO #1885
MODIFICATION

93 -- Cut and Install Government Furnished Ballistic Glass

Notice Date
1/22/2007
 
Notice Type
Modification
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0018
 
Response Due
2/5/2007
 
Archive Date
2/20/2007
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954, - Joe Reaume, Contracting/Acquisition Management Officer, Phone 757-492-7960 X2808, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil, joseph.reaume@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO NOTIFY OFFERORS THAT NSWDG HAS SCHEDULED A SITE SURVEY FOR 1 FEBRUARY 2007 AT 10:00 A.M EASTERN STANDARD TIME (EST) FOR INTERESTED PARTIES. FAR CLAUSE 52.237-1 SITE VISIT (APR 1984) IS INCORPORATED AS FOLLOWS: FAR 52.237-1 Site Visit (Apr 1984) A site survey will be conducted on 1 February 2007 at 10:00 a.m. at the Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Interested parties shall forward visit request information to Rick Bradley at ricky.bradley@vb.socom.mil. Visit request information shall include name, company name, social security number, date of birth, place of birth and make and model of vehicle. Visit request information must be received by 29 January 2007. Contractual questions should be directed to Christine Anderson. This is a combined synopsis/solicitation to cut and install Government furnished ballistic glass in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued and a Request for Quote (RFQ); solicitation number is H92244-07-T-0018 as a Firm Fixed Price (FFP) type contract with Fixed Unit Prices. Required delivery date is 30 days after date of contract. FOB: Destination; Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Section B Schedule of Supplies/Services CLIN 0001 Cut Government Furnished Equipment (GFE) Ballistic Glass Glass is GFE and located at NSWDG. Cutting is required for nine (9) Pieces of glass for installation in existing range window frames. See detailed Statement of Work (SOW) inclusive of the solicitation Qty: 1 Group CLIN 0002 Remove/Install Ballistic Glass Remove and dispose of old glass in each of the nine (9) range window Frames. Install new cut GFE glass. See detailed SOW inclusive of The solicitation Qty: 1 Group Section C Description/Specifications Statement of Work Cut and Install Government Furnished Ballistic Glass 1.0 Scope: The Naval Special Warfare Development Group (NSWDG) requires the removal of existing ballistic glass, and subsequent cutting and installation of Government Furnished Equipment (GFE) new ballistic glass in nine (9) existing viewing frames at various shooting ranges. 1.1 Location of GFE and Project: NSWDG 1636 Regulus Avenue Virginia Beach, VA 23461-2299 2.0 Requiremens: Contractor will furnish all labor, materials (with exception of GFE ballistic glass), supervision, and transportation necessary to remove existing ballistic glass, cut and install new ballistic glass in nine (9) existing viewing frames at various shooting ranges located at NSWDG. All products and workmanship shall be subject to the approval of the NSWDG Contracting Officer and verified/inspected by Senior NSWDG Range personnel. 2.1 General: 2.1.1 GFE ballistic glass is located at NSWDG. The glass is a poly carbonate sheet, 2 inches thick, manufactured by Markelon. Contractor is responsible for the transportation and handling of the nine (9) pieces required to be cut and installed. The contractor will be held liable for any damage or occurrence that renders the glass unfit for use during transportation, handling, or cutting until the glass is installed and work is complete. NSWDG Senior Range personnel will be present to inspect glass during contractor pickup and delivery. 2.1.2 Existing window frames approximate measurements are as follows: 2.1.2.1 4 each at 33 inches by 42 inches 2.1.2.2 2 each at 47.5 inches by 42 inches 2.1.2.3 1 each at 32 inches by 60 inches 2.1.2.4 2 each at 48 inches by 18 inches 2.1.2.4.1 Contractor is responsible for taking exact measurements for each frame 2.2 Detailed Tasks: 2.2.1 Contractor will remove and dispose of old glass in each of the nine (9) frames. New glass must be installed with a rubber or suitable gasket material surrounding the outside edges as a support/bedding preventing any contact with metal to prevent cracking, splintering and spidering. Glass must be thoroughly secured in each frame. The frames will be painted to match existing range color scheme. Final product shall be stable, workmanlike, and in accordance with standard industry practices. 3.0 Final Inspection: Upon completion of work, Senior Range personnel will inspect the installation of each piece of glass at each frame. 4.0 Security: All individuals involved in the project must be United States citizens and shall be required to provide proof of United States citizenship. The Government reserves the right to deny access to the facility to any individuals at its sole discretion. A worker list (name, citizenship, date of birth and social security number) of contractor employees scheduled to work each day must be provided a minimum of twenty-four (24) hours in advance for clearance processing. 5.0 All deliveries or pick-up of materials are to be coordinated with the on-site security office twenty-four (24) hours prior to arrival. Any delivery or pick-up not scheduled in advance and cleared with NSWDG security may be refused entry to the facility. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15, effective 12 Decmber 2006. North American Industrial Classification Code (NAICS) is 238150 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is D0C9. FOB Point is Destination. FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006) Email Christine Anderson at christine.anderson@vb.socom.mil to obtain a copy of the clause containing the required fill-ins. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev)(Feb 2006) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Oct 2006) Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all of the requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be submitted to Christine Anderson by fax (757) 492-7954, email to christine.anderson@vb.socom.mil or U.S. postal mail to NSWDG, 1636 Regulus Avenue, Virginia 23461-2299 no later than 4:00pm Eastern Standard Time (EST) on 5 February 2007.
 
Place of Performance
Address: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01216929-W 20070124/070122221133 (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.