Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 26,2000 PSA#2650

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

99 -- REINSTALL ROLL-UP DOOR AT PEARL HARBOR NAVAL SHIPYARD, PEARL HARBOR, HI SOL N00604-00-T-A254 DUE 080400 POC Darrell G. Stewart, Contracting Officer, 808-473-7536 E-MAIL: Contracting Officer, darrell_g_stewart@pearl,fisc.navy.mil. . This Request for Quotation (RFQ) is issued as a 100% small business set-aside; all responsible eligible sources may submit a proposal that shall be considered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only RFQ; quotes are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-00-T-A254 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18 and Defense Change Notice 20000627. The Standard Industrial Code is 8999 and the business size is $5.0 million. This requirement is for a fixed-priced contract for one (1) line item. Line item 0001: Quantity -- 1 Job; Item description: Services to include labor, tools andequipment to Refurbish, PM (Preventative Maintenance), Reinstall, and Perform Operational Checks to ensure working order of existing 33' X 26" roll-up door (Series 600 Overhead Door) including its associated structural, mechanical and electrical components at the M-130 Enclosure located starboard side of Dry-dock #1 at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii. The Government will not provide tools or labor to assist the contractor in performance of the work. Proof of US Citizenship is required for all contractor personnel on site along with a picture ID. A birth certificate or US Passport qualify for proof of citizenship, however, a State Driver's License or Social Security Card is not considered proof of US citizenship. If the employee is a naturalized citizen, a Naturalization Certificate will be required. Performance of the work is to be completed within 30 calendar days after date of contract award. Inspection and Acceptance shall be made at Destination by the receiving activity. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision Evaluation Factors for Award (Low Cost, Technically Acceptable) applies. "Award of the contract resulting from this solicitation will be made to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. The Government reserves the right to judge which proposals show the required capability.The Government also reserves the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision." Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3 Alt 1, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.204-7004, Required Central Contract Registration. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals; FAR 52.219-6, Notice of Total Small Business Set-Aside. The clause at FAR 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 52.222-21, Prohibition of Segregated Facilities; FAR 5.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33, Payment by EFT-CCR; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation is also included. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item, applies with the following clauses applicable to paragraph (b): FAR 252.225-7001, Buy American Act and Balance of Payments Program. Wage determination No. 94-2153 (Rev. 20) dated 7/13/00 applies for this procurement. A copy may be obtained from http://www.ceals.usace.army.mil/netahtml/servcmg.html. Quotes must be received by the Contracting Officer no later 3:00 p. m. HST, 04 August 2000. Quotes may be mailed, faxed, or e-mailed. Quotes may be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.DS), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808-473-5750. E-mail quotes may be addressed to: darrell_g_stewart@pearl.fisc.navy.mil. Posted 07/23/00 (W-SN477863). (0205)

Loren Data Corp. http://www.ld.com (SYN# 0013 20000726\99-0001.SOL)

99 - Miscellaneous Index  |  Issue Index |


Created on July 24, 2000 by Loren Data Corp. -- info@ld.com