Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2017 FBO #5844
SOLICITATION NOTICE

N -- Dismantle and Relocation of SLVR Vidmar Cabinets

Notice Date
11/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-0111
 
Response Due
12/1/2017
 
Archive Date
12/31/2017
 
Point of Contact
Point of Contact - Amanda L Foster, Contract Specialist, 619-553-4456; Althea Kaneaster, Contracting Officer, 619-553-4461
 
E-Mail Address
Contract Specialist
(amanda.foster@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-18-Q- 0111 The NAICS code applicable to this acquisition is 238290 and the small business size standard is $15 million. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. *In order to be considered acceptable and eligible for award, offeror must attend a site visit scheduled on 29 November 2017 at 11:00 (AM). Site Visit POC: Emerson Mateo; emerson.mateo@navy.mil; offerors shall contact POC to request access to the facility NLT 15:00 28 November 2017. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM 0001 The contractor shall remove 36 Stanley Vidmar Cabinets bolted to the floor and side by side, move them to the new warehouse location, bolt the cabinets back together and to the floor. Each Vidmar has a two door top cabinet attached to the top. - (5) @ 60"W x 92"H x 28"D - (2) @ 45"W x 92"H x 28"D - (29) @ 36"W x 92"H x 28"D Note: Bottom vidmar drawers will be full; top cabinet may be full. 0002 The contractor shall remove 12 Stanley Vidmar Cabinets bolted to the floor and side by side, move them to the new warehouse location, bolt the cabinets back together and to the floor. Each Vidmar has a two door top cabinet attached to the top. -36"W x 92"H x 28"DEach pair of 36" vidmars has one two door top cabinet that sits on two vidmars. The top cabinet will need be removed before relocation and then re- attached when cabinets are relocated to new area. Note: Bottom Vidmar drawers will be full; top cabinet may be full. 0003 The contractor shall remove 21 Stanley Vidmar Cabinets bolted to the floor and side by side, move them to the new warehouse location, bolt the cabinets back together and to the floor. Each Vidmar has a two door top cabinet attached to the top. - (20) 2-door Cabinet style units with top cabinets 60"W x 92"H x 28"D - (1) Vidmar Cabinet with drawers 60"W x 92"H x 28"D Note: Bottom and top Vidmar cabinet may be full. 0004 The contractor shall remove one 36"H x 36-1/2"L x 10-1/2ft table and relocate to OT2 Rm 1781. 1 Lot 0005 Propane Forklift- Rental 0006 3/8" Anchor bolts 138 Each Delivery Date: 20 days after award of contract Place of Performance: SPAWARSYSCEN Pacific, 4297 Pacific Highway Bldg. 2, San Diego, CA 92110 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Stay within the page limitations indicated below; 4. Be submitted in electronic PDF or Excel format; and Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages of the Technical File shall be numbered and shall not exceed ten pages. The technical acceptability shall include the following: Evaluation Factors for Award: Factor I Specifications: -Government will evaluate the quote to see if ALL of the requested elements of the attached statement of work are addressed. *In order to be considered acceptable and eligible for award, offeror must attend a site visit scheduled on 29 November 2017 at 11:00 (AM). Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis For Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. 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 or https://acquistion.gov/far/. The following provisions and clauses apply to this acquisition: FAR Clause 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.212- 1 Instructions to Offerors- Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, DFARS 252.204- 7008 Compliance with Safeguarding Covered Defense Information Controls; FAR 52.204- 18 Commercial and Government Entity Code Maintenance; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014); 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; FAR 52.204-7 System for Award Management; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.204-7004 Alternate A, System for Award Management; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; FAR 52.219- 6 -- Notice of Total Small Business Set-Aside; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards. FAR 52.222- 42 Statement of Equivalent Rates for Federal Hires; FAR 52.232-33 Payment by Electronic Funds TransferSystem for Award Management; FAR 52.245-9 Use and Charges; FAR 52.247-34, F.o.b. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS252.201-7000 Contracting Officer's Representative; DFARS 252.211-7003 Item Unique Identification and Valuation; FAR 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 2011); DFARS 252.225-7036, Buy AmericanFree Trade Agreements Balance of Payments Program; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 5252.201-9201 DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE (MAR 2006); DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.243- 7001 - Pricing of Contract Modifications; DFARS 252.223-7008 - Prohibition of Hexavalent Chromium; FAR 252.246-7008, Sources of Electronic Parts; DFARS 252.246- 7007 Contractor Counterfeit Electronic Part Detection and Avoidance System; DFARS 252.246-7008 Sources of Electronic Parts. This RFQ closes on 01 December at 11:00 AM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q- 0111. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Amanda Foster at amanda.foster@navy.mil. Please include RFQ# N N66001-18-Q-0111 on all inquiries. The due date for questions is NLT 11:00 AM on 29 November 2017. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code. Attachments: 1.Statement of Work 2. Full RFQ Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d76ef46b1d2050135647db00faeb1c76)
 
Record
SN04745832-W 20171123/171121230850-d76ef46b1d2050135647db00faeb1c76 (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.