Federal Bid

Last Updated on 29 Jul 2005 at 5 AM
Combined Synopsis/Solicitation
Norfolk Virginia

20 -- CREW BERTHS

Solicitation ID N4002505RC02934
Posted Date 15 Jun 2005 at 5 AM
Archive Date 29 Jul 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N4002505RC02934. A subsequent solicitation document will not be issued. The Acquisition Group at FISC Norfolk Code 200, 1968 Gilbert St., STE 600, Norfolk VA 23611-3392, intends to purchase on a competitive small business basis the following items. ITEM 0001, BERTH, TROOP, SURGE, 8-MAN, 4 HIGH TIER, BERTHING & READING TAB LE UNIT IAW DWG S3396-962455 REV K, MATERIAL ALUMINUM, MODIFY IAW DWG 807-6737901-4 REV A IN ACORDANCE WITH TB NOTES: 01, 02, (FIND NO. 8128 ARR) N21350-5047-1168. QTY 6 EA. ITEM 0002, BERTH, TROOP, SURGE, 6-MAN, 3 HIGH TIER, BERTHING & READING TAB LE UNIT IAW DWG S3396-962455 REV K, MATERIAL ALUMINUM, MODIFY IAW DWG 807-6737901-4 REV A IN ACORDANCE WITH TB NOTES: 01, 02, (FIND NO. 8129 ARR) N21350-5047-1169. QTY 14 EA Delivery Terms: ‘Best Delivery’, F.O.B. Origin. Complete Specification package is available by FAX. Contact Bruce Melton at 757-443-1330, or by E-mail ‘[email protected]’ or Scott Wilkins at 757-443-1326. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses contained within, apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document , N4002505RC02934, FAR provisions and clauses which have been incorporated are those in effect through FAC 2001-24. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference. 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Offerors that are not registered should consider applying for registration immediately upon receipt of the solicitation. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil/. DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), and within, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and Clause 252.NS-015T, Working With The Navy’s Smart Transportation Solution (STS) System (Transportation Pilot) (MAY 2004). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449, which identifies the requested items, with its unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by June 10, 2005, 12:00 Noon. Offers can be emailed to [email protected],, faxed to 757-443-1327. The proposed purchase order is set-aside for small business concerns. Reference RFQ N4002505RC02934 on your proposal. NAICS 332510 (500 Employees)
Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Mar 2012 at 2 PM
Seattle Washington 18 Oct 2010 at 5 PM
Location Unknown 07 Feb 2014 at 8 PM
Norfolk Virginia 17 Mar 2008 at 4 AM
Jacksonville Florida 12 Dec 2012 at 8 PM