Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

R -- PAINTING GALVANIZED TOWERS

Notice Date
6/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-8039
 
Response Due
6/8/2016
 
Archive Date
7/8/2016
 
Point of Contact
Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(rebeca.holguin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-8039 for Painting of 2 Galvanized Towers. This requirement is set-aside for small businesses, NAICS code is 331110 and the size standard is 1,500 Employees. See attached "Government minimum requirements" Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This RFQ closes on June 08, 2016 at 3:00 PM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-8039 All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/ N66001-16-T-8039 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil 3. Please include the following: a. CAGE Code b. DUNS c. Business Size 4. Preferred method of shipment: FOB Destination. (Please include shipping as separate line item if other than FOB Destination) Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 The point of contact for this solicitation is Rebeca Holguin at rebeca.holguin@navy.mil. Please include RFQ N66001-16-T-8039 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), May 10, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clauses 52.204-2 Security Requirements 252.204-7000 Disclosure Of Information 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items applies to this acquisition in e-Commerce. DFARS 252.204-7000, Disclosure of Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; and 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-00010) (Feb 2015) FAR 52.211-6, Brand Name or Equal (Aug 1999), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer System for Award Management (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation 2013- 00019) (July 2014), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. Government Minimum Requirement Paint with a marine grade paint system, two (2) each new, un-assembled Valmont Microflect D-139893 25' galvanized towers to prevent corrosion. The marine grade paint system consisting of not less than 3 layers: a prime coat, an intermediate coat, and a final color coat layer ("haze grey"). Work will be performed at the vendor's facility where the un- assembled tower parts will be delivered for painting, and then picked-up after completion. The vendor shall have 3-4 weeks to complete the coating for two 25' tower assemblies starting the date the assemblies are delivered to their facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b56e401809589c8bb2ddfd2898977913)
 
Record
SN04138933-W 20160608/160606234020-b56e401809589c8bb2ddfd2898977913 (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.