Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
MODIFICATION

71 -- STUDY CARRELS, DOCUMENT CABINETS, INSTRUCTOR PODIUMS AND CONFERENCE TABLES

Notice Date
12/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910TN011
 
Response Due
12/15/2009
 
Archive Date
12/30/2009
 
Point of Contact
CHAD GODWIN 757-396-8277 CINDI NEWCOMB, CODE 532 757-396-8352
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and 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 request for quotation (RFQ) number is N00189-10-T-N011. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-37 and DFARS change notice 20091123. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. The NAICS code is 337127 with a standard size of 500 employees. This is an unrestricted action. This is a sole source requirement for Tri-Way Industries, who is the original equipment manufacturer. These parts were designed and engineered by Tri-Way Industries in accordance with criteria established by NAVSEA. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: ReqN: N421589322B318Item 0001 -STUDY CARREL, 30"W X 20"D X 46"H, 15 EATRI-WAY PART # 903-3591 (CAD FILE 355201) TRI-WAY PART # 903-3591 (CAD FILE 355201), WITH THE FOLLOWING FEATURES, PROVISIONS, AND EXCEPTIONS:1) STUDY CARREL FRAME SHALL BE ALUMINUM & OF TUBULAR CONSTRUCTION WITH SIDE & BACK PRIVACY PANELS APPLIED TO THE OUTSIDE OF FRAME ONLY.2) OVERALL SIZE SHALL BE 30" WIDE X 20" DEEP X 46" HIGH3) SIDE & BACK PRIVACY PANELS SHALL EXTEND FROM TOP OF STUDY CARREL DOWN ABOUT 24"; THE BOTTOM HALF SHALL BE EXPOSED OF TUBULAR FRAMING 4) STUDY CARREL SHALL BE FINISHED IAW ONE OF THE FOLLOWING METHODS (FINISH COLOR TO BE MEDIUM GRAY, #26307 OF FED-STD-595, SMOOTH FINISH, LOW GLOSS); A) PAINT PER ASTM F1178, STANDARD SPECIFICATIONS FOR PERFORMANCE OF ENAMELING SYSTEM, BAKING, METAL JOINER WORK AND FURNITURE. B) EPOXY POWDER COATED PER MIL-PRF-24712, PERFORMANCE SPECIFICATION - COATINGS, POWDER TYPE 1, CLASS 1 & APPLICABLE MANUFACTURER'S INSTRUCTIONS. ReqN: N421589322B319Item 0002 - STUDENT DOCUMENT CABINET, 18"W X 17"D X 72"H, STEEL, 21 EATRI-WAY PART # 912-0036ReqN: N421589322B320Item 0003 - INSTRUCTOR PODIUM, SHALL BE PART NO. 903-43724 EAReqN: N421589322B321Item 0004 - STUDY CARREL, 30"W X 20"D X 46"H, PART # 903-3591 15 EAReqN: N421589322B322Item 0005 - STUDENT DOCUMENT CABINET, 18"W X 17"D X 72"H, STEEL, 2 EATRI-WAY PART # 912-0036 ReqN: N421589322B323Item 0006 - INSTRUCTOR PODIUM, SHALL BE PART # 903-4372 1 EAReqN: N421589322B324Item 0007 - TABLE, CONFERENCE (NON-SHOCK VERSION), 96"W X 48"D X 30"H, 1 EAPART # 920-9280-1 Delivery is FOB Destination, NNSY, Portsmouth, VA 23709-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.211-15 Defense Priority and Allocation Requirements; 52.211-17 Delivery of Excess Quantities.;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: 52.219-28, Post-Award Small Business Program Rerepresentation;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; 52.222-36, Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration 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: DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act-Free trade Agreements-Balance of Payments Program, DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration;DFARS 252.232-7010, Levies on Contract Payments All clauses shall be incorporated by reference into any eventual purchase order. 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, FOB point, a point of contact, name and phone number, business size, and payment terms. Quoters shall include a completed copy of DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. Quotes over 10 pages in total will not be accepted by facsimile. Provision 52.212-2 Evaluation-Commercial Items is applicable to this procurement. 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: technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. This announcement will close at 4:00 PM on December 15, 2009. For questions only, you may contact Chad R. Godwin who can be reached at 757-396-8277 or chad.godwin@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. 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. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to chad.godwin@navy.mil. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. 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/Security/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. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document.USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) IN PAST PERFORMANCE EVALUATION (NOV 2004) (NAVSUP) (1) The offeror's past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. (2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems. PPIRS-SR uses the past performance data collected to classify each supplier's performance by Federal Supply Class(es) or Service Code(s). (3) Quality: The method used in PPIRS-SR to classify the quality of a supplier's past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier's overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: 1. Dark Blue:Top 5% of suppliers in FSC group*2. Purple:Next 10% of suppliers in FSC group*3. Green:Next 70% of suppliers in FSC group*4. Yellow:Next 10% of suppliers in FSC group*5. Red:Bottom 5% of suppliers in FSC group* * If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green. (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier's percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. (5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov/. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. (6) Suppliers with no history in PPIRS-SR will be considered to have a neutral PPIRS-SR rating. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES)(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.(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: Routing TableContracting Officer NotesWAWF Invoice TypeCOMBOContract Number Delivery Order NumberIssuing Office DODAACN00189Admin Office DODAACN00189Inspector DODAAC (usually only used when Inspector & Acceptor are different people)Ship To DoDAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N42158Acceptance At OtherLocal Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher's only)Paying Office DODAACN68732Acceptor/COR Email AddressNAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cc22705b9e395737e1da5873525c7d6c)
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD, RECEIVING OFFICER, BLDG 276, PORTSMOUTH, VA
Zip Code: 23709
 
Record
SN02014538-W 20091203/091202000652-cc22705b9e395737e1da5873525c7d6c (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.