SOLICITATION NOTICE
56 -- Doors
- Notice Date
- 5/6/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-08-T-0101
- Response Due
- 5/22/2008
- Point of Contact
- Christine G. Anderson, Phone: 757-893-2715
- E-Mail Address
-
christine.anderson@vb.socom.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format prescribed in 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. The solicitation number is Request for Quote (RFQ) H92244-08-T-0101. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure various doors and windows. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25 effective 22 April 2008. This procurement is 100% small business set-aside and the associated NAICS code is 332321 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Double Door / Hollow Core Lauan5' 4" x 6' 8"; Interior; Flat Jamb; No Casing; Single Bore Tastral with flush bolts; top and bottom installed; 1 5/16" thickness QUANTITY 100 each Purchase Request Number: V47898-8074-3549 CLIN 0002 BRAND NAME OR EQUAL Jefferson 100 Wood Windows; 2832; Rough Opening; 34 ½" x 41 5/8"; Unit Dimension 33 3/8" x 41"; Natural Wood Interior, exterior wood components are treated with water-repellant preservative, warm edge insulated glass, compression balance system, 4-9/16" jambs, standard bronzetone cam action sash locks and matching beige jamb liner, routed finger lift in bottom sash rail, foam-filled weather stripping on sash QUANTITY 250 each Purchase Request Number: V47898-8074-3549 CLIN 0003 BRAND NAME OR EQUAL Jefferson 100 Wood Windows; 3432; Rough Opening; 42 ½" x 41 5/8"; Unit Dimension 41 3/8" x 41; Natural Wood Interior, exterior wood components are treated with water-repellant preservative, warm edge insulated glass, compression balance system, 4-9/16" jambs, standard bronze tone cam action sash locks and matching beige jamb liner, routed finger lift in bottom sash rail, foam-filled weather stripping on sash QUANTITY 100 each Purchase Request Number: V47898-8074-3549 CLIN 0004 Solid Core Lauan Interior Door; 3' 0" x 6' x 8" x 1-3/8" 4-9/16" Primed Jamb No Casing; Right Hand; 1 5/16" thickness QUANTITY 200 each Purchase Request Number: V47898-8074-3549 CLIN 0005 Hollow Core Lauan Interior Door; 3' 0" x 6' 8" 1-3/8" 4-9/16" Primed Jamb; No Casing; Right Hand; 1 5/16" thickness QUANTITY 200 each Purchase Request Number: V47898-8074-3549 CLIN 0006 Solid Core Lauan Interior Door; 2' 6" x 6' 8" 1-3/8" 4-9/16" Primed Jamb; No Casing; Right Hand; 1 5/16" thickness QUANTITY 100 each Purchase Request Number: V47898-8074-3549 CLIN 0007 Hollow Core Lauan Interior Door; 2-6 x 6-8 1-3/8" 4-9/16" Primed Jamb; No Casing; Right Hand; 1 5/16" thickness QUANTITY 300 each Purchase Request Number: V47898-8074-3549 CLIN 0008 Steel Clad Exterior Door; 2' 6" x 6' 8" / 6-Panel 4-9/16" Jamb; Aluminum Sill; Right Hand; 1 5/16" thickness QUANTITY 100 each Purchase Request Number: V47898-8074-3549 CLIN 0009 Steel Clad Exterior Door; 3' 0" x 6' 8" / 6-Panel 4-9/16" Jamb; Aluminum Sill; Right Hand; 1 5/16" thickness QUANTITY 100 each Purchase Request Number: V47898-8074-3549 CLIN 0010 BRAND NAME OR EQUAL Polished Brass Tylo Entry Lockset; Inside knob locked or unlocked by turn button, fixed 2-3/8" backset, 1" backset, 1" diameter square corner dead latch, square corner strike, ANSI Grade 3 security rating, pick resistant 5-pin system QUANTITY 1200 each Purchase Request Number: V47898-8074-3549 CLIN 0011 Standard Hardware White Vinyl Window Twin Seal Double Hung, 28 x 32, Standard Jamb, DP-Rating 35; "No Window Grilles" QUANTITY 250 each Purchase Request Number: V47898-8074-3549 CLIN 0012 Standard Hardware White Vinyl Window Twin Seal Double Hung, 30 x 38, Standard Jamb, DP-Rating 35. "No Window Grilles" QUANTITY 100 each Purchase Request Number: V47898-8074-3549 CLIN 1001 Lauan Solid Part Core Interior Door Right Hand 3' 0" x 6' 8", 1 3/8"; 1 5/16" thickness QUANTITY 200 each OPTION CLIN 1002 Lauan Hollow Core Interior Door 3' 0" x 6' 8", 1 3/8"; 1 5/16" thickness QUANTITY 200 each OPTION CLIN 1003 Lauan Hollow Core Interior Door 2' 6" x 6' 8", 1 3/8"; 1 5/16" thickness QUANTITY 150 each OPTION CLIN 1004 Lauan Solid Part Core Interior Door 2' 6" x 6' 8" Steel Clad Panel; 1 5/16" thickness QUANTITY 100 each OPTION CLIN 1005 Utility Door Steel 2' 6" x 6' 8" Steel Clad Panel; 1 5/16" thickness QUANTITY 100 each OPTION CLIN 1006 BRAND NAME OR EQUAL Jefferson 100 Double Hung Wood Windows; 28 x 32; Rough Opening; 4242 x 41 5/8"; Unit Dimension 41 3/8" x 41; Double Sided; Natural Wood Interior, exterior wood components are treated with water-repellant preservative, warm edge insulated glass, compression balance system, 4-9/16" jambs, standard bronze tone cam action sash locks and matching beige jamb liner, routed finger lift in bottom sash rail, foam-filled weather stripping on sash QUANTITY 150 each OPTION CLIN 1007 5/8 Removable Grille; 5/8" thick, wood removable grilled for window, fits size 28" x 32" window QUANTITY 150 each OPTION Palletization and Shrink Wrap Requirements: All items with the exceptions of CLINs 0002, 0003 and 0010 shall be palletized vertically (standing upright) and shrink wrapped for delivery, this includes option period. Delivery schedule is as follows: 60 days after date of contract in full: CLINs 0002, 0003, 0004, 0005, 0006, 0007, 0011, 0012 after date of contract and SLINs 1001 through 1004 and 1006 after date of exercise of option 90 days after date of contract in full: CLIN 0001 120 days after date of contract in full: CLINs 0008 and 0009; SLIN 1005 after date of exercise of option. Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination Inspection is at Destination Acceptance is at Destination The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2007) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (FEB 2008) (DEVIATION) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) FAR 52.219-28 Post-Award Small Business Program Representation (June 2007) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Feb 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-50 Combating Trafficking in Persons (Aug 2007) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.204-9004 Foreign Persons (2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 shall be used to evaluate offers: price and delivery. Price and delivery, when combined, are equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Christine Anderson at christine.anderson@vb.socom.mil. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 22 May 2008. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c97731e71b2e972f3f2efaf3c7029568&tab=core&_cview=1)
- Place of Performance
- Address: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia, 234612299, United States
- Zip Code: 12299
- Zip Code: 12299
- Record
- SN01567517-W 20080508/080506220328-c97731e71b2e972f3f2efaf3c7029568 (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 |