Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SOLICITATION NOTICE

99 -- Wire Shelving, Furnish and Install into Existing Cages - DRAWINGS

Notice Date
4/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-09-T-DR20
 
Archive Date
5/5/2009
 
Point of Contact
Debora T. Roseboro,, Phone: 7577632449
 
E-Mail Address
debora.roseboro@nsweast.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DRAWINGS FOR WIRE SHELVING This is a combined synopsis/solicitation for commercial services 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 H92243-09-T-DR20. 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) 2005-31. North American Industrial Classification Code (NAICS) 337215 with a standard business size of 500 applies to this procurement. This procurement is a 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 contractor shall provide a proposal using the attached bid schedule in Section B. Section B Schedule of Supplies and Services CLIN 0001: Furnish and Install the following Wire Shelving for existing cages: 82 each - cages 81" x 81" to include: One growing rack 60"w x 24"d x 75"h upper shelf, upper hanging rack with 22 slots for hangers, 22 stainless steel hangers. Chrome finish. One 4-shelf wire shelf section. 48"w x 18" d x 86"h epoxy coated. One 4-shelf wire shelf section 30"w x 18"d x 86"h, expoxy coated. One shelf to be solid with 4" high rear ledge, and 4 adjustable vertical dividers 8" high. 80 each - cages 74" x 52" to include: One growing rack 36"w x 24"d x 75"h with upper shelf, upper shelf upper hanging rack with 12 slots for hangers, 12 stainless steel hangers. Chrome finish. One 4-shelfwire shelf section 72"w x 14"d x 86"h epoxy coated. One shelf to be solid with 4" high rear ledge, and 4 adjustable dividers 8" high The shelving must be galvanized steel wire-over-wire shelving with weight capacity of 300lbs. Solid shelving is NOT acceptable due to humidity and water environment which must be able to allow 360 degree air flow. See attached drawings for additional specifications. The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.203-3 Gratuities FAR 52.203-6 ALT I Restrictions on Subs FAR 52.204-7 Central Contractor Registration (APR 2008) 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 (APR 2008) (DEVIATION) FAR 52.219-6 Small Business Set Asides Only FAR 52.219-8 Utilization of Small Business Concerns FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-50 Combating Trafficking in Persons (AUG 2007) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports FAR 52.222-39 Notification of Employee Rights FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.225-7012 Preference for certain domestic commodities FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-3 Protest After Award FAR 52.233-4 App Law for Breach of Contract Claim FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.243-1 Changes-Fixed Price FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) FAR 52.249-8 Default (Fixed-Price Supply and Service) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment 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. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (JUN 2008) Alternate I (APR 2002) 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) 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. Award will be based on low price techncially acceptable. 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 Beverly Fittro, telephone (757) 763-2412. 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 via email to debora.roseboro@nsweast.socom.mil. Only written questions regarding this announcement will be accepted. The offeror agrees to hold the prices in its quote firm for 45 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. Quotations are due 4 May 2009 by 3:00 PM. Email: Debora.Roseboro@nsweast.socom.mil or fax 757-462-2434.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=915a6500776438f4908f7c4a4ee16014&tab=core&_cview=1)
 
Place of Performance
Address: 1300 Helicopter Road, Bldg. 3855, Norfolk, Virginia, 23521, United States
Zip Code: 23521
 
Record
SN01803724-W 20090430/090428221101-45799a496d3285b77f32626e74f015cf (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.