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 N4002506RC01356. A subsequent solicitation document will not be issued. One Technical Attachment is mandatory and available by contacting Tracey Dillard at
[email protected] or Baldev Gill at
[email protected]. FISC Norfolk intends to purchase the following item(s):
ITEM DESCRIPTION QTY UI UNIT PRICE TOTAL PRICE
0001 BERTH, CREW/TROOP, 3 HIGH, 1 LOCKER
MEDIUM, 27-3/4"W X 79-1/4" L
DWG: 804-5959312
SPEC: MIL-PRF-32038
20" VERTICAL SPACING
TYPE III, SIZE 2, STYLE 2
(FIND NO. B314 *@# ARR ) 5 Unit
CONSISTS OF SUBASSEMBLIES:
CLIN 5006 - HD/FT BOARD, CREW/TRP, 3 HIGH, 1 LOCKER, 20" SPCG 10 EA
CLIN 5030 - BACK PANEL FOR LKR, CREW/TRP, BOT, SIZE 2, 20" SPCG 5 EA
CLIN 5068 - BACK PANEL FOR PAN, CREW/TRP, INT, SIZE 2, 20" SPCG 5 EA
CLIN 5078 - BACK PANEL FOR PAN, CREW/TRP, TOP, SIZE 2, 20" SPCG 5 EA
CLIN 5086 - LOCKER, BERTH, CREW/TROOP, SIZE 2 5 EA
CLIN 5090 - TOWEL BAR 15 EA
CLIN 5091 - STEP/LIFT HANDLE, CREW, (FOR PAN OR SPARES) 5 EA
CLIN 5094 - PAN, BERTH, CREW/TROOP, SIZE 2 10 EA
CLIN 5105 - STEP FOR PAN 5 EA
CLIN 5109 - INSERT PANEL, H/F BD, CREW/TRP, TOP, PAN, 20" SPCG 10 EA
CLIN 5111 - INSERT PANEL, H/F BD, CRW/TR INT/BOT PAN, 20" SPCG 10 EA
CLIN 5115 - INSERT PANEL, H/F BD, CRW/TR INT/BOT LKR, 20" SPCG 10 EA
CLIN 5125 - GRAB BAR, SIZE 2 & 4 5 EA
CLIN 5127 - CURTAIN TRACK, ALL 15 EA
CLIN 5128 - LEE STRAP 30 EA
CLIN 5129 - EEBD STORAGE BRACKET, CREW/TROOP 5 EA
CLIN 5131 - LIGHT BRACKET, CREW/TROOP 5 EA
CLIN 5147 - PACKAGE SUBASSEMBLIES INTO BERTH UNITS 5 EA
N21231-7015-1027
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
0002 BERTH, CREW/TROOP, 3 HIGH, 1 LOCKER
LONG, 27-3/4"W X 83-1/4" L
DWG: 804-5959312
SPEC: MIL-PRF-32038
20" VERTICAL SPACING
TYPE III, SIZE 3, STYLE 2
(FIND NO. B315 *@# ARR ) 1 Unit
CONSISTS OF SUBASSEMBLIES:
CLIN 5006 - HD/FT BOARD, CREW/TRP, 3 HIGH, 1 LOCKER, 20" SPCG 2 EA
CLIN 5032 - BACK PANEL FOR LKR, CREW/TRP, BOT, SIZE 3, 20" SPCG 1 EA
CLIN 5070 - BACK PANEL FOR PAN, CREW/TRP, INT, SIZE 3, 20" SPCG 1 EA
CLIN 5080 - BACK PANEL FOR PAN, CREW/TRP, TOP, SIZE 3, 20" SPCG 1 EA
CLIN 5087 - LOCKER, BERTH, CREW/TROOP, SIZE 3 1 EA
CLIN 5090 - TOWEL BAR 3 EA
CLIN 5091 - STEP/LIFT HANDLE, CREW, (FOR PAN OR SPARES) 1 EA
CLIN 5095 - PAN, BERTH, CREW/TROOP, SIZE 3 2 EA
CLIN 5105 - STEP FOR PAN 1 EA
CLIN 5109 - INSERT PANEL, H/F BD, CREW/TRP, TOP, PAN, 20" SPCG 2 EA
CLIN 5111 - INSERT PANEL, H/F BD, CRW/TR INT/BOT PAN, 20" SPCG 2 EA
CLIN 5115 - INSERT PANEL, H/F BD, CRW/TR INT/BOT LKR, 20" SPCG 2 EA
CLIN 5126 - GRAB BAR, SIZE 3 & 5 1 EA
CLIN 5127 - CURTAIN TRACK, ALL 3 EA
CLIN 5128 - LEE STRAP 6 EA
CLIN 5129 - EEBD STORAGE BRACKET, CREW/TROOP 1 EA
CLIN 5131 - LIGHT BRACKET, CREW/TROOP 1 EA
CLIN 5147 - PACKAGE SUBASSEMBLIES INTO BERTH UNITS 1 EA
N21231-7015-1028
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
0003 BERTH, CREW/TROOP, 3 HIGH, 3 LOCKERS
MEDIUM, 27-3/4"W X 79-1/4" L
DWG: 804-5959312
SPEC: MIL-PRF-32038
18" VERTICAL SPACING
TYPE I, SIZE 2, STYLE 1
(FIND NO. B331 *@# ARR ) 3 Unit
CONSISTS OF SUBASSEMBLIES:
CLIN 5001 - HD/FT BOARD, CREW/TRP, 3 HIGH, 3 LOCKER, 18" SPCG 6 EA
CLIN 5029 - BACK PANEL FOR LKR, CREW/TRP, BOT, SIZE 2, 18" SPCG 3 EA
CLIN 5039 - BACK PANEL FOR LKR, CREW/TRP, INT, SIZE 2, 18" SPCG 3 EA
CLIN 5047 - BACK PANEL FOR LKR, CREW/TRP, TOP, SIZE 2, 18" SPCG 3 EA
CLIN 5086 - LOCKER, BERTH, CREW/TROOP, SIZE 2 9 EA
CLIN 5090 - TOWEL BAR 9 EA
CLIN 5106 - STEP FOR LOCKER 6 EA
CLIN 5112 - INSERT PANEL, H/F BD, CRW/TR TOP, LKR, 18" SPCG 6 EA
CLIN 5114 - INSERT PANEL, H/F BD, CRW/TR INT/BOT LKR, 18" SPCG 12 EA
CLIN 5125 - GRAB BAR, SIZE 2 & 4 3 EA
CLIN 5127 - CURTAIN TRACK, ALL 9 EA
CLIN 5128 - LEE STRAP 18 EA
CLIN 5131 - LIGHT BRACKET, CREW/TROOP 3 EA
CLIN 5147 - PACKAGE SUBASSEMBLIES INTO BERTH UNITS 3 EA
N21231-7015-1029
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
0004 BERTH, CREW/TROOP, 3 HIGH, 3 LOCKERS
MEDIUM, 27-3/4"W X 79-1/4" L
DWG: 804-5959312
SPEC: MIL-PRF-32038
18" VERTICAL SPACING
TYPE I, SIZE 2, STYLE 1
(FIND NO. B331 Q*@# ARR ) 2 Unit
CONSISTS OF SUBASSEMBLIES:
CLIN 5001 - HD/FT BOARD, CREW/TRP, 3 HIGH, 3 LOCKER, 18" SPCG 4 EA
CLIN 5029 - BACK PANEL FOR LKR, CREW/TRP, BOT, SIZE 2, 18" SPCG 2 EA
CLIN 5039 - BACK PANEL FOR LKR, CREW/TRP, INT, SIZE 2, 18" SPCG 2 EA
CLIN 5047 - BACK PANEL FOR LKR, CREW/TRP, TOP, SIZE 2, 18" SPCG 2 EA
CLIN 5086 - LOCKER, BERTH, CREW/TROOP, SIZE 2 6 EA
CLIN 5090 - TOWEL BAR 6 EA
CLIN 5106 - STEP FOR LOCKER 4 EA
CLIN 5107 - PANEL & FRAME, KICK OUT 2 EA
CLIN 5112 - INSERT PANEL, H/F BD, CRW/TR TOP, LKR, 18" SPCG 4 EA
CLIN 5114 - INSERT PANEL, H/F BD, CRW/TR INT/BOT LKR, 18" SPCG 8 EA
CLIN 5125 - GRAB BAR, SIZE 2 & 4 2 EA
CLIN 5127 - CURTAIN TRACK, ALL 6 EA
CLIN 5128 - LEE STRAP 12 EA
CLIN 5131 - LIGHT BRACKET, CREW/TROOP 2 EA
CLIN 5147 - PACKAGE SUBASSEMBLIES INTO BERTH UNITS 2 EA
N21231-7015-1030
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
5291 SUBBASE, CREW, 4" HIGH,
SIZE 2
DWG: 804-5959312
DET 63 D & 59 D, SZ 2
PC#-QTY: 42-1, 125-1, 126-1, 127-1,
128-1, 129-1, 130-4
(FIND NO. 63D1 ARR ) SAP#: 4445133 19 EA
N21231-7015-1031
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
5292 SUBBASE, CREW, 4" HIGH,
SIZE 3
DWG: 804-5959312
DET 63 D & 59 D, SZ 3
PC#-QTY: 42-1, 125-1, 126-1, 127-1,
128-1, 129-1, 130-4
(FIND NO. 63D2 ARR ) SAP#: 4445134 2 EA
N21231-7015-1032
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
5301 FAN ASSEMBLY
DWG: 804-5959312
804-5959312, SHEET 10
PC#-QTY:300-1, 301-1, 301A-1, 301B-1,
302-1, 303-1, 304-1, 305-1, 306-1, 308-1,
309-4, 310-4, 311-1, 313-1, 314-1, 315-1,
AND 316-1.
SAME AS 76D1.
(FIND NO. 0393 ELEC) SAP#: 4445446 63 EA
N21231-7015-1033
MARK FOR: USS TAYLOR (FFG 50)
PROJECT: BENL-R7281
TOTAL LIGHTWEIGHT MODULAR BERTHS
The required delivery date is 15 May 2007. FOB: Point Destination to the following address: COMNAVSURFLANT HMSC 2626 INDIAN RIVER ROAD CHESAPEAKE, VA 23325-2655. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 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 certificationsââ¬âCommercial 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); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses 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 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); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002).
At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 09 April 2007. Offers can be emailed to
[email protected] or faxed to 757-443-1617 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Tracey L. Dillard, Norfolk, VA.23511-3392. Reference V4002506RC01356, on your proposal. Numbered Notes 1 applies. NAICS 332312 (500 Employees)
Bid Protests Not Available