Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

72 -- Commercial Carpet and Installation

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN089
 
Response Due
8/11/2009
 
Archive Date
8/26/2009
 
Point of Contact
Donyette Smith 757-396-8350
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N00189-09-T-N089. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 20090715. 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 314110 and the Small Business Standard is 500 employees..The proposed contract is 100% set aside for small business concerns. The Fleet and Industrial Supply Center - Norfolk Naval Shipyard requests responses from qualified sources capable of providing: Labor and materials necessary to remove old carpet and install new carpet room by room and moving furniture after normal business hours. Contractors will be responsible for the accuracy of their measurements and site visit details to follow in an amendment. Period of performance is September 1, 2009 to September 30, 2009. Location is Naval Station Norfolk. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219.6 Alt I Notice of Total SB Set-Aside52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor - Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.225-13 Restriction on Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - CCR Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001 Buy American Act and Balance of Payments Program252.232-7003 Electronic Submission of Payment RequestsSUP 5252.232-9402, INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SERVICES)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. This announcement will close at 4:00PM EST on August 11, 2009. Contact Donyette Smith who can be reached at 757-396-8350 or email donyette.smith@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The relative importance of the factors is as follows price is equal to past performance. The offerors should provide the following information regarding past performance: a)Contract or purchase order number(s),b)Name and phone number of contact at the Federal, State, Local government or commercial entity for which the contract was performed.c)E-mail address (if available) for the point of contact.d)Dollar value of contact.e)Detailed description of the service and unit prices.f)Names of subcontractors, if any, and a description of services providedg)The number, type and severity of any quality, delivery or cost problems in the performance of the contract, the corrective action taken, and the effectiveness of the corrective action taken.Offerors lacking relevant past performance history or for whom past performance information is not available, shall receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the offeror with no relevant past performance history, while rated neutral in past performance may not represent the most advantageous quotation to the Government 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 price(s), FOB point, a point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Quotes shall be submitted via email to donyette.smith@navy.mil or via fax to 757-396-9895. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab21f8f0d78c056d5123a1e4466ebf7f)
 
Record
SN01894286-W 20090801/090731002009-ab21f8f0d78c056d5123a1e4466ebf7f (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.