Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

20 -- 35 FOOT TRUSS BROWS

Notice Date
5/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0258
 
Response Due
6/2/2011
 
Archive Date
6/17/2011
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
E-Mail Address
Contract Specialist's e-mail
(charles.e.fletcher@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Class 2090 and NAICS 332312. This is an All or None, Brand Name offer. The agency need of the following requirements: INDIVIDUAL ITEMS BREAKDOWN LIST Part/Catalog NumberDescriptionQtyUI 0001AA35 FOOT TRUSS BROWS1EA 0001AB35 FOOT TRUSS BROWS1EA 0001AC35 FOOT TRUSS BROWS1EA 0001AD35 FOOT TRUSS BROWS1EA STATEMENT OF WORK 25 May 2011 Manufacture Four (4) 35-foot long x 3-foot aluminum (approx 36 clear working space and 42 width overall) brow/gangway IAW NAVFAC Drawings, Nr N1404704 with the following called out specifications. A.Contractor will provide transportation for the delivery of Brows. B.The designs must meet Naval Facilities Engineering Command (NAVFAC) standard drawings for Truss Brow design and construction (drawings provided upon e-mail request to FISCSD Regional Contracts Department point of contact). C.Decking: Install inch diamond deck plating upon walking/working surface.  Utilize 1 inch x inch flat bar as cleats with the same distance utilized in accordance with NAVFAC drawing1404696 for cleats on the walking surface area. D.Contractor shall provide weight test certifications to verify walking surface strength. E.Specific design to include: (IAW Attached drawings; 1404696, 1404697, 1404698, and 1404699).  Pipe Handrails, Gunwale Clips, Heavy Duty Rollers, 1/4 inch diamond deck plating, Lifting Pad Eyes and Tie Down D-rings on shipboard end. F.Serial number must be added on the name plate on each brow as itemized below: Serial Nr. 35NBA8 Serial Nr. 35NBA9 Serial Nr. 35NBA10 Serial Nr. 35NBA11 G.Include shipping costs for all brows. Brows are to be ship complete. No partial shipments will be accepted. 2.Delivery date for all brows is 30 Sep 2011. Please address any particulars to Mr. Brian L. Lehmkuhler, Regional Program Manager, Marine Maintenance, CNRSW Port Operations, US Navy after an awardee has been selected. The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. 52.204-7 Central Contractor Registration APR 2008 52.247-29 F.O.B. Origin FEB 2006 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 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 on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. 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 Government intends to award the contract to the eligible, low-priced, responsible offeror. NDZ M-311 EVALUATION USING TECHNICALLY ACCEPTABLE MINIMUM CRITERIA AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO). Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PST, Thursday, 02 June 2011 and will be accepted via Fax (619) 532-1088, Attn: Charles E. Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0258/listing.html)
 
Place of Performance
Address: NAVAL STATION SAN DIEGO, SAN DIEGO, CA
Zip Code: 92136
 
Record
SN02457490-W 20110528/110526234326-753f61bcba18af9b25a70b5c88a9db40 (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.