SOLICITATION NOTICE
J -- SHIPBOARD HABITABILITY FURNITURE
- Notice Date
- 5/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107
- ZIP Code
- 32228-0107
- Solicitation Number
- N68836-03-T-0182
- Response Due
- 6/9/2003
- Archive Date
- 6/24/2003
- Point of Contact
- Judith Hopper, Purchasing Agent, Phone (904) 270-5699 X147, Fax (904) 270-6498, - Mary Hart, Supervisory Purchasing Agent, Phone (904) 270-5699 X150, Fax (904) 270-6498,
- E-Mail Address
-
judith_k_hopper@jax.fisc.navy.mil, Mary_L_Hart@jax.fisc.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is restricted to shipboard habitability sources; all responsible vendors may submit a quotation. 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-03-T-0182 applies and is issued as a Request for Quotation. This procurement is a small business set aside. This solicitation document and incorporated provisions and clauses are those in effect Federal Acquisition Circular 97-45 and Defense Acquisition Circular 91-19.. The North American Industry Classification System (NAICS) code is 337215 and the business size standard is 500. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis shipboard habitability renovation of the Division Office and Administration Officer on board the USS John F Kennedy CV-67 Naval Station Mayport Fl 32228. Ship's point of contact for site visit if required is SK1 Hatcher 904-270-5831. This requirement is for a fixed priced contract for five line items as follows. Line Item 0001:Provide labor to remove approximately 16 linear feet of existing furnishings, Division Office. Line Item 0002: Manufacture and install one (1) each double work station consisting of, 1 each 32" x 108" counter top, 2 each tower CPU cabinets, 2 each Hon two drawer file cabinets, 2 each sliding keyboard trays, 1 each 2" x 2" support leg. Line Item 0003: Manufacture and install one (1) each work station consisting of, 1 each 28" x 91" counter top, 2 each tower CPU cabinets, 3 each Hon two drawer file cabinets, 1 each sliding keyboard tray, 1 each modular bookcase with 2 sectional book area to include book bar and double row routing boxes mounted underneath, and storage/printer cabinet mounted to right side. Line Item 0004. Provide labor to remove approximately 17 linear feet of existing furnishings, Administration Office. Line Item 0005: Manufacture and install one (1) each triple work station consisting of, 1 each 28" x 169"" counter top, 4 each tower CPU cabinets, 2 each Hon two drawer file cabinets, 3 each sliding keyboard tray, 1 each 140"modular bookcase with 2 sectional book area to include book bar and double row routing boxes mounted underneath. All materials procured/installed shall be in accordance with military specification MIL-STD-1623 fire performance requirements and specifications for interior finish materials and furnishings (Naval Shipboard use) and adhere to all applicable specifications set forth in NAVSEA habitability materials list, revision k dated may of 1996. Furniture construction shall be in accordance with (a) mil-prf-32038 general specifications for shipboard furniture, fixtures, fittings, and accessories (superceded mil-f-902 general specifications for shipboard aluminum shipboard furniture) (b) mil-f-243e general specifications for shipboard aluminum shipboard furniture Specifications and Statement of Work to be supplied upon request. The following provisions and clauses apply: Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.225-13 Restriction on Certain Foreign Purchases, Clause 52.232-33, Mandatory information for electronic funds transfer payment; provision 52.219-1alternate II Small business Program Representations. clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). .Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, quality of product and delivery. Quotations must be received no later than 4:00 P.M June 09,2003. Quotations must be in writing and may be faxed or mailed to the following. Attn Judith K Hopper, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Mayport FL 32228. Fax 904-270-6498 Telephone 904-270-5699 x147.
- Place of Performance
- Address: USS JOHN F KENNEDY CV-67, NAVAL STATION MAYPORT, MAYPORT FL
- Zip Code: 32228
- Country: US
- Zip Code: 32228
- Record
- SN00329029-W 20030522/030520214826 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |