SOLICITATION NOTICE
65 -- Provide and Install Cold/Warm Hydrotheraphy Pool
- Notice Date
- 9/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 622310
— Specialty (except Psychiatric and Substance Abuse) Hospitals
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92242-11-T-0023
- Archive Date
- 10/10/2011
- Point of Contact
- Ruby Phillips, Phone: 757-763-4432, Aninze Awanna, Phone: 757-763-4407
- E-Mail Address
-
ruby.phillips@nsweast.socom.mil, aninze.awanna@nsweast.socom.mil
(ruby.phillips@nsweast.socom.mil, aninze.awanna@nsweast.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format 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. The Request for Quotation number is H92242-11-T-0023 This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020. The DPAS Rating for this solicitation is C9E. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 6223101 The small business standard is 31.5 Mil. Naval Special Warfare Group 4 requests responses from qualified sources capable of providing and installing: CLIN 0001: Cold and warm Hydrotheraphy Pool 2 Each, meeting the specifications outlined in the attached statement of work. CLIN 0002: Delivery Charges (if applicable) The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). FAR 52.239-19 Availability of Funds Clause. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each part listed in this synopsis. All clauses will be incorporated by reference in the order. 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), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provides the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 PM(Eastern Standard Time) 25 Sep 2011. All questions shall be sent to the Contracting Officer, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil STATEMENT OF WORK HOT/COLD Hydrotherapy Pools NSWG4 TACTICAL ATHLETE TRAINING AREA Naval Special Warfare Group Four 2220 Schofield Rd Virginia Beach, VA 23459 Scope: the contractor shall provide_(2) cold and warm hydrotherapy pool in one unit to include delivery and installation. the therapy pools must meet the following specifications: a. Size: due to specific space requirements tub dimensions need to be 71 X 81X31.5 b. Programmable filtration system C. MUST BE CONSTRUCTED OF MICROBAN TM ACRYLIC ANTIMICROBIAL PROTECTION d. Deliver cold and warm hydrotherapy treatments in one unit i. temperature adjustments between 40-104 degrees Fahrenheit e. Should include 14 Water Therapy jets f. Pools will have underwater led lighting g. Water purification system should combine ozone, saltwater CHLORINATION, MECHANICAL FILTRATION, ANTIBACTERIAL COATING, AND BUILT IN SANITIZER MEASUREMENT h. Must be able to fit through standard doorway i. Front panels need to be removable for easy access j. THERMOELECTRIC COOLING METHOD OF COOLING THE WATER. UNITS NEED TO BE COMPRESSOR FREE AND NOT REQUIRE TOXIC REFRIGERATOR COOLANTS FOR OPERATION. k. Electrical Requirements: 110v GFCI protected I. BUILT IN SANITIZER MEASUREMENT m. Contractor will provide customized logo (Logo will be provided by NSWG4 POC) n. Installation: Equipment will be located in NSWG4 Tactical Athlete Training Area located at the NSWG4 Headquarter building on the Joint Expeditionary Base in Virginia Beach, Virginia BLDG 108 (first floor). The contractor will off-load all equipment and is required to place and install equipment in proper location per NSWG4 POC. B. PERIOD OF PERFORMANCE Start Task: Upon award of contract End Task: Within 45 days of award of contract C. CONTRACTOR FURNISHED MATERIAL •1. Personal Protective Equipment (PPE) •2. Hand tools (Electrical/electronics tools) •3. All project materials and consumables necessary to complete this scope of work. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). FAR 52.239-19 Availability of Funds Clause. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each part listed in this synopsis. All clauses will be incorporated by reference in the order. 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), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provides the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 PM(Eastern Standard Time) 25 Sep 2011. All questions shall be sent to the Contracting Officer, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-T-0023/listing.html)
- Place of Performance
- Address: Naval Special Warfare Group Four (NSWG4), Virginia Beach, Virginia, United States
- Record
- SN02571235-W 20110912/110910233829-14435ec546f555194c2aefff9f2d6887 (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 |