SOLICITATION NOTICE
54 -- Modular Office
- Notice Date
- 9/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910T0617
- Point of Contact
- Jordan Dorsey 757-443-1411 Carissa Holland
- E-Mail Address
-
<!--
- 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 Acquisition of Commercial Items at FAR 12. 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-0617. The solicitation documents and 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 fully at these addresses: www.acqnet.gov/far & http://www.acq.osd.mil/dpap/dfars/index.htm. This action is 100% set-aside for Small Business. FISC Norfolk, Contracting Department, Norfolk Office requests responses from qualified sources capable of providing; This supply/service action is for; 1 Modular Office Additional specifications can be found in Attachment I, Statement of Work ; and Attachment II, Specifications Destination to zip code 23511 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (JUL 2010), The following clauses apply and are incorporated by reference: 52.219-6 Notice of Total SB Set-Aside (JUN 2003) 52.219-28 Post Award Small Business Program Representation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - CCR (OCT 2003) 52.215-5 Facsimile Proposals (OCT 1997) 52.247-34 F.O.B. Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252-211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001 Buy American Act & Balance of Payments (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (JUL 2010) 252.247-7023 Transportation of Supplies by Sea (ALT III) (MAY 2002) 252.225-7000 Buy American Act-Balance of Payments Programs Certificate (APR 2003) 252.232-7010 Levies on Contract Payments (DEC 2006) The following clauses are incorporated by full text; SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (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 WAWF Customer Support: 866-618-5988. (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 Table WAWF Invoice TypeCost Voucher Contract Number TBD Delivery Order NumberN/A Issuing Office DODAACN00189 Admin Office DODAACN00189 Inspector DODAAC (usually only used when Inspector & Acceptor are different people)N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N40295 NORF Acceptance At OtherN/A Local Processing Office (Certifier)N/A DCAA Office DODAAC (Used on Cost Voucher s only)N/A Paying Office DODAACN50083 Acceptor/COR Email AddressRuth.perkins@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 Ruth PerkinsRuth.perkins@navy.mil 757-443-1610Acceptor 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote 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. Responses to this solicitation are due by September 22, 2010 at 12:00 PM EST. Offers can be emailed to jordan.dorsey@navy.mil, faxed to 757-44-1424, Attention: Jordan Dorsey, Code 240C, reference RFQ N00189-10-T-0617 on your proposal. NAICS Code 332311, Size Standard 500 employees.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0617/listing.html)
- Place of Performance
- Address: 1968 Gilbert Street, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02289819-W 20100922/100920235805-3747096efa5f4acf0a19ac90055b591f (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 |