Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1995 PSA#1499

Fleet 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