Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

99 -- CANVAS REPLACEMENT

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0612
 
Response Due
9/24/2010
 
Archive Date
9/24/2010
 
Point of Contact
BRANDY SUTTON 757-443-1375 TECHNICAL POC
 
E-Mail Address
ilson
 
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 SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request for Quote) is N00189-10-T-0612. The solicitation document incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100908. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed on full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 314912 and the Small Business Standard is 500. This is a competitive. The Navy Expeditionary Combat Command requests responses from qualified sources capable of providing the canvas repair as described in the below Statement of Work SOW. CONTACT CONTRACT SPECIALIST FOR PICTURES. THEY WILL BE EAMILED PER REQUEST. STATEMENT OF WORK Re-cover Bldg 530 located at Cheatham Annex, Williamsburg, VA 23188 Re-skin “ Tension Fabric Structure - 28oz TEDLAR Coated PVC Fabric 47 ™ Wide X 160 Long X 30 ™ Center Height -28oz Translucent DC-6 Bright White PVC Fabric Covers with TEDLAR Film -Covers shall be rolled up for shipping in such a way to allow for installation from the center of the structure. -Covers must comply with the œBuy American Act -Fabric ends at the base beam level -Must have a 10 year Pro-rated fabric warranty End panels must be included in the cost of replacement. Hardware - Replacement cost must include all miscellaneous hardware including: tension tubes, base and door trim, fixing hardware, cover clips and cables, and rope basket for installation. Replace threaded rods and rod caps if needed. FABRIC REMOVAL - Contractor will remove the old fabric from the TFS by severing at the attachment points. INSTALLATION - Contractor will install and warranty the cover at the facility. - Contractor will provide all equipment and non-union labor needed for installation SCOPE OF WORK Install a new fabric membrane on a 47' wide X 160' long fabric structure. This work will include removing the existing fabric membrane, refurbishing cable, tensioners, and hardware, and installing the new fabric on the main structure and gable end walls. This will require special patterning on the new fabric in order to ensure a tight fit. Standard rectangular fabric panel fabrication will not be accepted. 1) Existing fabric removal - Remove the old fabric from the TFS by severing at attachment points. The fabric will not be salvaged and will be piled in an area adjacent to each shelter for removal by Navy personnel. The Navy will provide dumpsters to dump old fabric. 2) Providing Hardware - Miscellaneous hardware for new covers may consist of tension tubes, base and door trim, fixing hardware, cover clips and cables, and rope basket for installation. Replacement threaded rods and rod caps will be provided if needed. Existing steel cargo doors will be utilized. The roof ventilators will be removed and not replaced with the new fabric installation. 3) Turnkey Installation - Install and warranty the above fabric membrane covers. Also provide all equipment and non-union labor needed for install.. Shelter contents must be moved by Navy personnel prior to installers arrival on site. Installation includes installing any new cables and hardware, installing and tensioning the new membrane, trimming fabric to the concrete, and trimming around door openings. Fabric Material - 28OZ. per sq. yd. - Translucent DC-6 Bright White PVC Fabric with TEDLAR. Warranty - 15 year pro-rated warranty Technical POCs: Roger Harmon 757-256-1361 BUCS Wilson 757-256-1360 BMC Anderson 757-256-1356 This requirement will be a 100% small business set aside. Interested persons may identify their interest and capability to respond to the requirement or submit a quote. Contractors shall submit their quote to FISC Norfolk no later than 24 Sep 10 4:30pm (Eastern Standard Time). Delivery will be 8-10 weeks after receipt of order (ARO). The required delivery date is 15 Dec 2010.The items are to be delivered and installed FOB: Destination (meaning the price of each item should include the freight charges) to the following address: BLDG. 530 located at Cheatham Annex, Williamsburg, VA 23188 This announcement will close on 24 Sep 10 at 4:30 pm Eastern Standard Time (EST). Contact Brandy Sutton who can be reached at (757) 443-1375 or email brandy.sutton@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. The following FAR provision and clauses are applicable to this solicitation: 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 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 52.222-3, Convict Labor 52.222-19, Child Labor 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 Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans 52.222-35 Equal Opportunity for Special Disabled Veterans 52.215-5, Facsimile Proposals 52.233-3, Protest After Award 252.204-7004 Alt A, Central Contractor Registration Alternate A 252.211-7003, Item Identification and Valuation 252.211-7003 Alt Item identification and Valuation 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 Payment Program 252.232-7003, Electronic Submission of Payment Request 252.247-7023, Transportation of Supplies by Sea and its ALT III 252.232-7010, Levies on Contract Payments 5252.NS-0462P, Prospective Contractor Responsibility 252.232-7010 Levies on Contract Payments 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 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, GSA contract number if applicable, business size, and payment terms. 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. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due on Aug 28 Aug 2008 by 4.30pm Eastern Standard Time. Offers can be emailed to brandy.sutton@navy.mil or faxed to 757-443-1333 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Brandy Sutton, Norfolk, VA 23511-3392. Mailed quotes must be in government control no later than the closing date and time to be considered for award. Reference: N00189-10-T-0612 on your proposal. The NAICS is 314912 (500) employees. The proposed contract is 100% small business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0612/listing.html)
 
Place of Performance
Address: Bldg 530 located at Cheatham Annex, Cheatham Annex, Williamsburg, VA 23188
 
Record
SN02286223-W 20100919/100917235012-361d283819aade6e7691db9bca6d869a (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.