SOLICITATION NOTICE
Z -- Ceramic Tiles Installation
- Notice Date
- 5/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 442210
— Floor Covering Stores
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N001891445920
- Response Due
- 6/3/2011
- Archive Date
- 6/18/2011
- Point of Contact
- Caroline Wiles 757-443-1406
- 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; 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 solicitation documents and incorporates provisions and clauses in effect through FAC 2005-51 and DFARS Change Notice 20110311. 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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The proposed contract action is for commercial supplies/services for which FISC Norfolk Contracting Department Norfolk Office intends to solicit. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals however, all bids, proposals, or quotations received by closing date will be considered by the government. 1 Each Ceramic Tile including removal and installation services: 1. Contractor is to remove existing carpet, padding and cove base, dispose of off government property. 2.Prep floor as needed for proper tile installation 3.Furnish and install with Thin Set installation American Olean Ash Creek Color to be determined 12 ¯ x 12 ¯ tiles (2200 SF) 4.Furnish and install American Olean 3 ¯ x 12 ¯ floor bull nose Ash Creek to match tile in area (B) on drawing (410) 5.Furnish and install ¼ ¯ round in areas marked (A) on drawing (210 LF) 6.All work to be done during normal working hours 7.Move all furnishings and reset after job is complete The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 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: 52.222-50 Combating Trafficking in Persons (FEB 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) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals (OCT 1997) 52.247-34 F.O.B. Destination (NOV 1991) 52.232-18 Availability of Funds (APR 1984) 252.204-7004 Alt A CCR Alternate A (MAT 2010) 52.252-2 Clauses Incorporated by Reference (FEB 1998) Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 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) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.247-7023 Transportation of Supplies by Sea Alt III (MAY 2002) 252.232-7010 Levies on Contract Payments (DEC 2006) The following clause is incorporated by full text; 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, FOB Point, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt 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. Responses to this solicitation are due by June 6 2011 at 10:00am. Offers can be emailed to caroline.wiles@navy.mil, faxed to 757-443-1424 Attention: Caroline Wiles, Code 240A8. NAICS Code 238340, size $14.0.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N001891445920/listing.html)
- Place of Performance
- Address: Fleet And Industrial Supply Center
- Zip Code: Facilities Division
- Zip Code: Facilities Division
- Record
- SN02456101-W 20110526/110524235146-9bcb0ebc6f8037a6a39e19a57ac29246 (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 |