|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1995 PSA#1499Fleet And Industrial Supply Center Norfolk Detachment Washington D.C.,
Washington Navy Yard, Bldg. 200, 4th Floor, 901 M Street, S.E,
Washington, D.C. 56 -- ROOFING SUPPLIES (COMMERCIAL ITEMS) SOL N00600-96-R-0672 DUE
011896 POC Chris H. Beck (202)433-7143. (i) This is a COMBINED
SYNOPSIS/SOLICITATION for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. (ii) This SOLICITATION NUMBER
N00600-96-R-0672 is issued as a request for proposal (RFP). (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through FEDERAL ACQUISITION CIRCULAR #33. (iv) This
solicitation is unrestricted. SIC is 5211. (v) A list of CONTRACT LINE
ITEM NUMBER(S) and items are (note: individual CLIN quantities
provided must be enough to cover 277 buildings at 700 Square Feet (SF)
per building and the contractor is responsible for delivering enough
material to cover this requirement): CLIN 0001 Non-reinforced EPDM roof
membrane, CLIN 0002 Batten metal strips (a.k.a. Termination Bars), CLIN
0003 Fasteners to Secure termination Bars, CLIN 0004 Splice Tape, CLIN
0005 EPDM Bonding Adhesive. (vi) DESCRIPTION OF REQUIREMENTS: The
Fleet Industrial Supply Center Detachment Washington intends to procure
roofing repair supplies for the Public Works Department, Orlando,
Florida. The supplies to be procured include: Non-reinforced EPDM roof
membrane, Batten metal strips (a.k.a. Termination Bars), Fasteners to
Secure termination Bars, Splice Tape, and EPDM Bonding Adhesive. These
five items must be provided as an integral package from one
manufacturer. Mixing of items from various manufacturer's may not
provide the integral roof system required and will be rejected. Roofing
supplies must meet the following minimum salient characteristics:
NON-REINFORCED EPDM - Color=Black, Thickness=.045'', width=7'-6''*,
Roll Length=100'*(*approximate), Weight=.28lbs/Square Foot (SF).
Requires approx. 1 roll/patch; TERMINATION BAR-Length=10'0'',
Thickness=.0448'',Width=1'', Hole Diameter=.280'', Hole Spacing=6'' on
center or max. acceptable 8'' on center. Requires approx. 174
LF/patch; FASTENERS TO SECURE TERMINATION BARS-1-5/8'' Philip/hex
washer/head screws w/ a.254-10 Threads/inch; Heat Treated SAE 1022 and
have a corrosion coating containing 'Fluorocarbon Polymer (water
bourne electrode position coating). Requires approx. 221 screws/patch;
SPLICE TAPE- 7'' min. width cured rubber polymer double faced adhesive
tape; thickness 37 Mils; Requires approx. 132 LF/patch. EPDM- BONDING
ADHESIVE- Neoprene base; weight/gallon=7.1 Lbs w/ 23% (min.) solids;
must be able to be cleaned up with the following solvents: acetone -
toluol - textile spirits - or xylol. Requires approx. 1.33 Gal/patch.
The above roofing supplies are to be provided in sufficient quantities
to patch approximately 193,900 SF of roofing. If your manufactured
EPDM roofing system's components vary, then adjust according and
justify how your solution will technically meet our requirements. The
patching provided must be sufficient to cover 277 buildings at 700 SF
per building. (vii) DELIVERY is to be made in three equal drop
shipments (allowing for minor quantity adjustments in the third and
final drop). Ship all three shipments FOB destination to: Construction
Site, Naval Training Center, Orlando, FL 32813. First Shipment must be
delivered with in 14 calendar days after award of contract. Second
Shipment must be delivered 30 calendar days after delivery of the first
shipment. Third shipment must be delivered 30 calendar days after
delivery of the second shipment. Acceptance shall be made at
destination. (viii) FAR 52.212-1, Instructions to Offerors--Commercial,
is incorporated by reference and applies to this acquisition. (ix) FAR
52.212-2, Evaluation--Commercial Items, is incorporated by reference
and applies to this acquisition. ADDENDUM. 52.212-2, Para. (a) The
following factors shall be used to evaluate offers: technical
capability and price. Technical capability is approximately equal to
price. (x) Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror Representations and Certifications--Commercial
Items, with its proposal. (xi) FAR 52.212-4, ''Contract Terms and
Conditions--Commercial Items '' is incorporated by reference and
applies to this acquisition and resulting contract. The following terms
and conditions are added as an addendum to this clause: Type of
contract: The resulting contract will be firm fixed price. FAR
52.232-18 Electronic Funds Transfer Payment (Apr 1984). (xii) FAR
52.212-5 Contract Terms And Conditions Required To Implement Statutes
OrExecutive Orders--Commercial Items, (Oct. 1995) is incorporated in
this contract by reference, however for paragraphs (b) and (c) only the
following provisions apply to this acquition: FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I. FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity (41 U.S.C. 423). FAR 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2)
and (3)); FAR 52.222-26, Equal Opportunity (E.O. 11246). FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
U.S.C. 4212). FAR 52.222-36, Affirmative Action for Handicapped Workers
(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR
52.225-3, Buy American Act--Supplies (41 U.S.C. 10). FAR 52.225-18,
European Community Sanctions for End Products (E.O. 12849). FAR
52.225-21, Buy American Act--North American Free Trade Agreement
Implementation Act--Balance of Payments Program. FAR 52.247-64,
Preference for Privately Owned U.S.-Flag Commercial Vessels. (Requires
Offeror fill-in). (xiii) ADDITIONAL CONTRACT REQUIREMENTS: STANDARD
COMMERCIAL WARRANTY, SUP 5252.246-9401 (JAN 1992). The contractor shall
extend to the Government the full coverage of any standard commercial
warranty normally offered in a similar commercial sale, provided such
warranty is available at no additional cost to the Government.
Acceptance of the standard commercial warranty does not waive the
Government's rights under the ''Inspection'' clause nor does it limit
the Government's rights with regard to the other terms and conditions
of this contract. In the event of a conflict, the terms and conditions
of the contract shall take precedence over the standard commercial
warranty. The standard commercial warranty period shall begin upon
final acceptance of the applicable material and/or services listed in
the Schedule. The Contractor shall provide a copy of its standard
commercial warranty (if applicable) with its offer. The warranty shall
cover a period of months (Offeror to insert time-frame). (xvi) Three
technical and two cost proposals are due Thursday, January 18, 1996 at
2:00 Eastern Time at the FISC Norfolk, Detachment Washington Customer
Service Center, 901 M Street SE, Washington Navy Yard, Bldg. 200, 4th
Floor, Washington, DC 20374-5014. (xvi) Offerors must acquaint
themselves with the new regulations concerning Commercial Item
acquisitions contained at FAR subpart 12 and must ensure that all
Representations and Certifications are executed and returned as called
for in this synopsis/solicitation. For questions regarding this
specific acquisition contact Mr. Chris H. Beck (202) 433-7143 (e-mail
''Chris_Beck_at_nrcc-dc@mchfmccm.navy.mil''). (0360) Loren Data Corp. http://www.ld.com (SYN# 0168 19951227\56-0001.SOL)
56 - Construction and Building Materials Index Page
|
|