Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
MODIFICATION

L -- VERTICAL BLINDS

Notice Date
9/26/2007
 
Notice Type
Modification
 
Contracting Office
N00189 Building 1500 Code 532.2D Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
07RCJX0306
 
Response Due
9/27/2007
 
Archive Date
10/27/2007
 
Point of Contact
VALERIE MOORE, CODE 532.2D, 757-396-9829
 
Description
This amendment 0002 incorporates the following information into the synopsis. 1. Each blind to have a heavy duty head rail. 2. The blinds are to be secured to the wall with ?? self tapping screws. 3. If vendor is quoting or equal, a sample must be provided to Valerie Moore, Code 532.2D, 757-396-9829 by 12:00 Noon local time on Thursday, September 27, 2007. Please contact her to delivery arrangements. 4. Closing date: Thursday, September 27, 2007, 4:00 PM .The closing date will not be extended. Please fax your quote to the attention of Valerie Moore, Code 532.2D, 757-396-9895 or 757-396-8017 or email to Valerie.moore@navy.mil. 5. All other terms and conditions remain the same. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 (http://www.neco.navy.mil/ ). The RFQ number is 07RCJX-03-6-. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-19 and DFARS Change Notice 20070913. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 541410 and the Small Business Standard is $6.5 M. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: CLIN 0001, 1 Lot, Firm Fixed Price: Provide and install forty four (44) Vertical Blinds including all materials and labor on the mezzanine and 2nd floor windows in Bldg. 268 on the Norfolk Naval Shipyard, Portsmouth, VA. Blinds to be installed shall be Prestige Doverwood Collection Embossed snow white (EB200) color OR EQUAL. Blinds which are aesthetically and functionally similar will be considered equal. Each blind shall have a matching valence. Installation shall be completed within 3 weeks after receipt of order. Installation shall be completed during the hours of 0730 and 1600 Monday through Friday. The government has provided rough preliminary measurements in Attachment I. Vendors are responsible for taking their own independent final measurements. Blinds shall be installed to stack to the right except for a limited number of cases. Where warranted by obstacles, blinds may be stacked to the left. FOB Point is Destination. (CLIN 0002) 10% of EACH size ? total louvers short and long, Firm Fixed Price: Extra individual vertical blind louvers of the same type, color and lot number provided under CLIN 0001 to be used by the government as spares. To be delivered upon completion of CLIN 0001. FOB Point is Destination. Inspection and acceptance for CLIN 0001 and 0002 will be performed subsequent to installation by the government. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 2.212-3 Offeror Representations and Certifications-Commercial Items with its Alternate I; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-6 Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; 52.228-5, Insurance-Work on a Government Installation. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7000; Offeror Representations and Certifications - Commercial Items and 252.212-7001; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7000 Buy American Act--Balance of Payments Program Certificate. All clauses shall be incorporated by reference into any eventual purchase order. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The final purchase order award will be based awarded to the technically acceptable low quote. Technical acceptability will be determined by ensuring that the quoted blinds are the specified brand name or equal. Blinds which are aesthetically and functionally similar will be considered equal. 52.237-1 Site Visit; A site visit will be conducted on Sept 26 2007 at 0900. Vendors shall limit their attendees to a maximum of two (2) representatives and shall complete the I9 form mentioned below for each person attending. Vendors interested in attending the site visit shall have obtained a pass from the Pass and ID office located at the intersection of Effingham street and Portsmouth Blvd., Portsmouth, VA no later than 0815 on the day of the site visit. A government representative will meet all attendees at the Pass and ID office at 0815 and escort them to the site in a government vehicle. Vendors not arriving on time or not obtaining a pass by the specified time may not be afforded an additional opportunity to visit the site. ADDENDUM to 52.228-5 ? Insurance Work on a Government Installation: The following types of insurance are required and shall be maintained as shown: Comprehensive General Liability; $200,000 per person and $500,000 per accident for bodily injury. Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. Standard Workman?s Compensation and Employer?s Liability Insurance (or, where maritime employment is involved, Longshoremen?s and Harbor Worker?s Compensation Insurance) in the minimum amount of $100,000. This announcement will close at 4:00 PM on 27 September 2007. Contact Rita Dryden who can be reached at 757-396-8352, email rita.dryden@navy.mil, fax 757-396-9895. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. If the offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov: After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include prices for CLINS 0001 and 0002, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and its ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. Vendors shall submit their quotes either via facsimile (757-396-9895/8017), or send them to Fleet and Industrial Supply Center Norfolk Naval Shipyard Maritime Industrial Branch, Attn: Rita Dryden, Bldg. 1500 2nd floor, Portsmouth, VA 23709-5000. Quotes provided via facsimile shall be sent to the fax number identified elsewhere in this combined synopsis/solicitation. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Numbered Note 1 applies. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this RFQ are due on 27 September 2007 by noon (12 pm). Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. REQUIREMENTS FOR ACCESS TO NNSY Contractors? representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. ?Employee Eligibility Verification Form?). The I-9 is based on presentation of appropriate documentation that both verifies the employee?s eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance. NOTE: (1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2) If the contract requires access to classified material, a visit request identifying the employee?s clearance status may suffice depending on the employee?s status within the JPAS database. (3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person?s citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. ******* End of Combined Synopsis/Solicitation ********
 
Record
SN01421897-W 20070928/070926224449 (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.