Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

20 -- FABRICATION OF CAPT CHENG STATEROOM FURNITURE - DRAWINGS

Notice Date
3/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-10-T-7250
 
Archive Date
3/31/2011
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAWING MODS DRAWINGS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-10-T-7250, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. NAICS 332322 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the following FABRICATION OF STATEROOM FURNITURE: 1.0 The purpose of this Service Order Request is for the Contractor to provide labor and material and fabricate marine grade furniture for the USNS Charles Drew Captain and Chief Engineer’s Staterooms and Offices. 2.0GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: (None) 3.0NOTES: 3.1Completed material shall be shipped to USNS Charles Drew, BATS warehouse San Diego, CA 3.2Do not provide drawing item 21, Stratica Flooring. 4.0QUALITY ASSURANCE REQUIREMENTS: 4.1None additional. 5.0Government POC: Joe Martin Principal Port Engineer T-AKE 10 Charles Drew MSFSC N43C Building SP-48 477 East C Street Norfolk, VA 23512 757.443.0974 Office 6.0STATEMENT OF WORK: 6.1Fabricate furniture, using marine grade quality material, in accordance with Drawing No. PMI-(T-AKE-5)-001 “HABITABILITY IMPROVEMENTS CAPTAIN’S SPACES” and Drawing No. PMI-(T-AKE-5)-002 “HABITABILITY IMPROVEMENTS CHIEF’S SPACES”. Material to be supplied by the contractor is marked as CFM in the Source column of the Parts List in the above drawings (see note 3.2). (a). Fabricate two (2) Entertainment Center’s, referenced as item 19 in parts list and shown as “existing” in source column. Marine grade quality shall be utilized. Installation notes 1-3 and 8 shall be accomplished. Entertainment Center template can be viewed on USNS Charles Drew located at NASSCO. Please notify PPE at cell #757-777.6780 6.2Sub-Bases shall be fabricated for all new furniture. Installation note 3 applies 6.3 Drawing Item 21, Stratica flooring is not to be provided by contractor. 7.0GENERAL REQUIREMENTS: None additional 8.0SHIP: USNS Charles Drew T-AKE 10 9.0PERIOD OF PERFORMANCE FOR INSTALLATION: 8/2/2010 thru 9/10/2010 (Delivered).. MSC CONTACT: Joe Martin Principal Port Engineer T-AKE 10, Charles Drew MSFSC N43C Building SP-48 477 East C Street Norfolk, VA 23512 757.777.6780 THIS ORDER IS FOR FABICATION OF FURNITURE AND DELIVERY. Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from ___________________ – includes ______ days of travel and ________ days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. __________ # of hours @ $__________ straight time ____________ # of hours @$_____________ overtime ____________ # of hours @ $____________ double time ____________# of hours @ $____________ weekends/holiday Total Man-Hours _______________ How many technicians on job.______________ Travel Charges: Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs. Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.) Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days. Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: FIRM FIXED PRICE TOTAL (Includes all charges):$____________________ Prior History Contract #’s:_____________________________________ __________________________________________________________ __________________________________________________________ Cage #:_____________ Tax ID #_______________________________ Reply to: Military Sealift Fleet Support Command Lisa Howard –Alston Contract Specialist lisa.alston-howard@navy.mil Phone: 757-443-5915 Fax: 757-443-5982 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 443-5982 The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 31 MARCH 2010 @ 4:30 PM EASTERN TIME. Offers can be emailed to lisa.alston-howard@navy.mil or faxed to 757-443-5982 Attn: Lisa Howard-Alston. Reference the solicitation number N40442-10-T-7250 on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdf607e718316182ac8c70429e7eaebd)
 
Place of Performance
Address: SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02102384-W 20100327/100325234816-cdf607e718316182ac8c70429e7eaebd (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.