Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

72 -- Custom Built Buffet Line for Naval Station Galley San Diego, CA.

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0102
 
Response Due
2/4/2010
 
Archive Date
2/19/2010
 
Point of Contact
Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, 619-532-2684
 
E-Mail Address
evangeline.rodriguez@navy.mil
(evangeline.rodriguez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for Commander Navy Region Southwest San Diego. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-10-T-0102 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 5046.All supplies/services are to be delivered: FOB Dest to Naval Base San Diego Galley Bldg 3202 MCCandless Blvd San Diego 92136. Acceptance shall be made at destination. Agency needs the following : See SOWSTATEMENT OF WORK 1.0The requirements in this Performance Work Statement (PWS) apply to food service facility, Naval Base San Diego, Bldg 3202. 1.1 These specification require the performance of all tasks necessary and proper for contract performance.. 1.2The Contractor shall manufactured a custom made buffet line/plate and tray station/cashier station. 1.3The contractor shall manufactured the following items: 35' Double Sided Buffet: 1.All Aluminum Composite Material (ACM) Construction2.Pre-painted Black ACM toe kicks3.Multiple Bases Bolted Together & Leveled On Site by Others4.Adjustable leveling legs w/ casters5.1" Boston Bumper (Standard Colors Only)6.Laminated base (One standard color, visible sides only)7.Heavy Duty Paddle latch ACM Doors (Laminated)8.Multiple Oversized Corian Countertops with Visible Seam at Cabinet Break Points9.Integral Tray Slide Built into Countertop with Stainless Steel Rub Strips10.(2) Single Sided Buffet Style Sneeze Guard-Power Coated (TBD).11.(2) Single Sided Buffet Style Sneeze Guard with Ambient Dessert Display Shelf - Power Coated 12.(9) Countertop Grommets13.100 Amp Electrical Service in Panel14.(2) Five Pan Frost Top Drop In15.(2) Four Pan NSF7 Refrigerated Drop In16.(2) Three Pan NSF7 Refrigerated Drop In17.(6) Bain Maries18.(24) Flatware Cylinders19.Counter top cut-outs for (4) drop-in plate dispensers and (4) rack dispensers 13' 6" Plate & Tray Station1. All Aluminum Composite Material (ACM) construction2Pre-painted Black ACM toe kicks3Adjustable leveling legs w/ casters41" Boston Bumper (Standard Colors)5Laminated base (One color, 3 sides, wall side black)6Laminated Doors for Roll In Equipment7Corian Countertop52 x 80 "L" Shaped Cashier Station 1. Aluminum Composite Material (ACM) construction2. Pre-Painted Black ACM Toe Kicks3. Two Separate Bases Bolted Together & Leveled On Site4. Adjustable Leveling Legs4. 1" Boston Bumper (Standard colors)6. Laminated base (One color, 3 sides black, server side black)7. Heavy Duty Paddle latch ACM Doors (Located on Server Side)8. Melamine Under Counter Shelving9. Corian Countertops10. 3-Sided Corian Backsplash Around Casher Area11. 15 Amp Electric Cord and Plug, NEMA #5-15P 1.4 The contractor will provide CAD drawing and Symantec drawing for electrical outlets. 1.5 The contractor will assembled all units that required assembly to maintained warranty. 1.6 Freight and packing fees shall be priced separately. 1.7 The contractor shall include installation separately. The installation costs will be included in the contractor's total cost. 1.8 Manufacturing of the buffet lines will start at contract award (NLT 02 Feb 2010) and work completion date is estimated at 31 March 2010.Inspection and Acceptance TermsSupplies and services will be inspected/accepted at destinations by Government representative. The Government representative will be CSC Debbie Zapata, CNRSW Dining Services. Email Debbie.Zapata1@navy.mil, phone (619) 556-2127. 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: NameEmailPhoneRoleDebbie, Zapata CSCDebbie.Zapata@navy.mil619-556-2127AcceptorRebecca Simsrebecca.sims@navy.mil757-443-4713Certifier (LPO)Ed LabaoEdgardo.labao@navy.mil619-556-7366Inspector/COR The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 04 Feb 2010, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (13).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0102/listing.html)
 
Place of Performance
Address: Naval Base San Diego CA Bldg 3202 MCCandless Blvd., San Diego, CA
Zip Code: 92136
 
Record
SN02046264-W 20100123/100121234706-35c56fd228d5f4d53c058a88820f2bda (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.