|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 Z -- RESURFACING OF TERRAZZO FLOORING IN RESTROOMS & LAUNDRY AT ASW
BASE IN SAN DIEGO, CA SOL N00244-98-Q-0274 DUE 061998 POC Contracting
Officer; Jessica Dunker @619-532-2588; FAX 619-532-2347 WEB: Click here
to obtain more information regarding FISC San Diego,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracting Officer via e-mail., jessica_e._dunker@fmso.navy.mil. FISC
San Diego is announcing its intent to issue a solicitation for a
commercial item and service prepared in accordance with the format in
subpart 12.6 as supplemented with additional information included in
this notice. The solicitation number is N00244-98-Q-0274. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-47 and Defense
Acquisition Circular 91-11. The standard industrial code is 1743 and
the business size standard is $7 million dollars. The agency need is
for the refinishing of the existing flooring in bldg.'s 58 & 51 at the
ASW base in San Diego CA. The description of this service is as
follows: on site service to remove/grid the existing flooring, in the
restrooms and laundry rooms. The drain openings will have to be keyed
out to let the epoxy finish flush with the drains. Upon completion of
the grinding, the new epoxy terrazzo flooring and base shall be
applied. The approximate square footage of the areas to be worked is
8443 sq. ft. These spaces break down in the following manner: there are
16 restrooms and 8 laundry rooms. There are eight (8) restrooms with
420 sq. ft each, seven (7) restrooms with 509 sq. ft, and on (1) each
restroom with 180 sq. ft. The laundry rooms break down this way, there
are three (3) each laundry rooms with 180 sq. ft, two (2) each laundry
rooms with 112 sq. ft, two (2) each laundry rooms with 154 sq. ft, and
one (1) each laundry room with 268 sq. ft. In each restroom there are
two (2) drains and in each laundry room there is one (1) each drain.
The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial
Items applies. Addendum to FAR 52.212-1, paragraph (b)(5): Offers
shall provide an express warranty which at a minimum shall be the same
warranty terms, including offers of extended warranties, offered to
the general public. Express warranties shall be included in the
contract. Offeror are required to complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and Certifications -- Commercial Items. Clause 52.212-4,
Contract Terms and Conditions -- Commercial Items, applies as well as
the following addendum clause: FAR 52.211-5, New Material. The clause
at 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items applies with the
following applicable clauses for paragraph (b): FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped
Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam era. DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses applicable for paragraph (b): DFARS 252.225-7001,
Buy American Act and Balance of Payment Program; and DFARS
252.225-7012, Preference for Certain Domestic Commodities. The
government intends to make a single award to the responsible offeror
whose offer is the most advantageous to the government considering
price and price related factors. Provision 52.212-2, Evaluation --
Commercial Items, applies with paragraph (a) completed as follows:
Award will be made to the offeror that meets the solicitations minimum
criteria for technical acceptability at the lowest price. To be
determined technically acceptable, the offeror must furnish product
literature that demonstrates the products offered meet all requirements
stated in the above purchase descriptions. Please ensure that your
company's cage code, mailing and remittance addresses are reflected on
your quote. Quotes must be received no later than 06-19-98, and will
be accepted via fax (619-532-2347), e-mail
(jesica_e._dunker@fmso.navy.mil) or via the post office at the above
address and code. (0141) Loren Data Corp. http://www.ld.com (SYN# 0183 19980526\Z-0041.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|