Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102

Fleet & 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