Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

99 -- Frames, Racks and Plates

Notice Date
2/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
H92244-09-T-0103
 
Archive Date
3/20/2009
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.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 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 is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0103, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29 effective 19 January 2009. The North American Industrial Classification Code (NAICS) 332999 applies with a business size standard of 500 Employees. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 8 feet high by 8 inches deep. Qty: 12, Unit of Issue: Each; CLIN 0002: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 7 feet high by 8 inches deep. Qty: 5, Unit of Issue: Each; CLIN 0003: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 6 feet high by 8 inches deep. Qty: 14, Unit of Issue: Each; CLIN 0004: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 5 feet high by 8 inches deep. Qty: 7, Unit of Issue: Each; CLIN 0005: Firm Fixed Price (FFP). Reusable metal frames approximately 6 feet 4 inches wide by 7 feet high by 8 inches deep. Qty: 2, Unit of Issue: Each; CLIN 0006: Firm Fixed Price (FFP). Reusable metal frames approximately 6 feet wide by 7 feet high by 8 inches deep. Qty: 2, Unit of Issue: Each; CLIN 0007: Firm Fixed Price (FFP). The contractor shall provide and install ½" mount plates for the reusable metal frame. All welds shall be coated with zinc rich paint. Qty: 168, Unit of Issue Each; CLIN 0008: Firm Fixed Price (FFP). Frame Storage Rack capable of holding 7 filled frames, approximately 8 feet in length. Qty: 16, Unit of Issue: Each; OPTION CLIN 1001: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 8 feet high by 8 inches deep. Qty: 12, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1002: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 7 feet high by 8 inches deep. Qty: 5, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1003: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 6 feet high by 8 inches deep. Qty: 14, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1004: Firm Fixed Price (FFP). Reusable metal frames approximately 10 feet wide by 5 feet high by 8 inches deep. Qty: 7, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1005: Firm Fixed Price (FFP). Reusable metal frames approximately 6 feet 4 inches wide by 7 feet high by 8 inches deep. Qty: 2, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1006: Firm Fixed Price (FFP). Reusable metal frames approximately 6 feet wide by 7 feet high by 8 inches deep. Qty: 2, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1007: Firm Fixed Price (FFP). The contractor shall provide and install ½" mount plates for the reusable metal frame. All welds shall be coated with zinc rich paint. Qty: 168, Unit of Issue Each. This option may be exercised within 1 calendar year of the award date; OPTION CLIN 1008: Firm Fixed Price (FFP). Frame Storage Rack capable of holding 7 filled frames, approximately 8 feet in length. Qty: 16, Unit of Issue: Each. This option may be exercised within 1 calendar year of the award date; Delivery: Delivery is required not later than 60 days after contract award, accelerated delivery is requested. Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination. Inspection is at Destination Acceptance is at Destination Section C Description CLIN's 0001 through 0006 and 1001 through 1006 The contractor shall provide rectangular metal frames to fit openings in existing structures. Each frame will be made from a ‘C' formed channel of 3/8" thick hot rolled mild steel (ASTM A-36) in the following dimensions: 3" side by 8.25" base by 3" opposite side. Each corner will be welded on both the inside and out for the entire length of seam. Each corner will incorporate a 1" pipe (schedule 40) welded in such a way that each of the two end openings is exposed and centered on the 3" side walls; the pipe acts as a thru and thru tube passage for the mounting bolts (drawings will be provided before the site visit). All pipes must be uniformly placed to facilitate a variety of openings. The pipe will be designated as the ‘mounting hole. Each frame must be capable of being filled and transported with CMU concrete blocks or other masonry materials while safely stored in the racks. On the top, inside of each frame will be two forklift points made of ‘C' channel steel welded approximately 4' apart to accommodate movement by large forklifts (Zoom Boom model ZB20044 or equivalent). All frames and hardware will be treated with a rust preventive black or gray paint. Sizes are approximate, the offeror will be required to make a site visit to re-take and confirm all measurements. Government furnished drawings will be provided to the parties requesting attendance to the site visit. CLIN 0007 and 1007 The contractor shall provide and install ½" thick mount plates with a 5/8" threaded hole, the holes are required to be centered on the mounting hole when the frame is installed. The plates shall include all hardware required to mount the frames into the walls IAW NSWDG provided drawing. The contractor shall be required to provide washers and bolts (approximately 5/8" x 10"). All hardware will be treated with a rust preventive black or gray paint. Sizes are approximate; the vendor will be required to make a site visit to re-take and confirm all measurements and to ensure the proper fit of the frames and mounting plates to the wall. At the time of the site visit the contractor will be furnished drawings by the government. CLIN 0008 and 1008 The contractor shall provide frame storage. The purpose of each rack is to safely store and transport the frames described within this solicitation. The rack shall consist of two parts: a seven storage carriage that holds the frames in an up-right position and the base frame which hold the carriages. Each storage carriage shall be made of ¼' framed channel and the base frame will be made of W6 x 25# I-beam. Each carriage shall be capable of holding the frame on two sides and is separated from other carriage (on the base frame) by approximately 10". Each base frame will have forklift points at each end. The approximate rack dimensions required are 3'x 8'x 8'. While the frames are on rack, the mounting hole shall be used to secure the frames to rack via an 8.5' keeper rod. The rod is required to have a locking system and storage area. The constructed racks will be routinely used to transport frames on a flatbed truck. All racks and hardware are required to be treated with a rust preventive black or gray paint. Vendor shall be required to test fit all carriages ensuring all frames and keeper rod dimension are compatible. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Sep 2006) - Alternate I (OCT 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2000) FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2008) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) (JAN 2009) FAR 52.216-27 Single or Multiple Awards (OCT 1995) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) 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 (JUN 2007) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Alt I 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 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) Alternate I (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-50 Combating Trafficking in Persons (AUG 2007) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-1 Site Visit (APR 1984) FAR 52.249-8 Default (Fixed Price Supply & Service) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-3 Alterations in Solicitation (APR 1984) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 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 (AUG 2008) DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 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 5652.233-9000 Independent Review of Agency Protests (JAN 2005) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations 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 52.212-2 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 shall be used to evaluate offers: Price, past performance, Technical Competence and ability to meet performance schedules identified in Section B. Technical, past performance and ability to meet required delivery schedules, when combined, are significantly more important than price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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 (JUN 2008) Alternate I (APR 2002) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) 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 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 Leigh Walker, telephone (757) 893-2713, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.scocom.mil, 757-893-2716. (b) The Administrative Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.scocom.mil, 757-893-2716. (c) The Contracting Officer's Representative is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.scocom.mil, 757-893-2716. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address To be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins 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: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. A site survey will be conducted at a Site located in Virginia Beach, Virginia on Monday, March 2, 2009 at 9:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive precisely at 9:00AM EST to the NSWDG Visitor Center. There will not be another opportunity to view the site. Visitors will have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, name of business, make/model/year/color/state of vehicle registration/license plate information, number of vehicles by no later than Wednesday February 25, 2009 at 8:00 AM EST to Kenneth Brumfiel via email only at kenneth.brumfiel@vb.socom.mil. Please call 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil. Questions will be accepted until Friday February 27, 2009 @ 8:00 AM and posted later that day. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. 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. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716)or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 05 March 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=922681232b141663b347d494728a7541&tab=core&_cview=1)
 
Record
SN01754121-W 20090222/090220215027-922681232b141663b347d494728a7541 (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.