Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

54--Sliding Glass Movable Wall System

Solicitation Number: N0017808R2018
Agency: Department of the Navy
Office: Naval Sea Systems Command
Location: NSWC Dahlgren Division
  • Print
:
N0017808R2018
:
Presolicitation
:
Added: Jul 14, 2008 9:39 am
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO in unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Vendors should regularly access the specified websites to ensure they have downloaded any and all amendments. The Naval Surface Warfare Center, Dahlgren VA requires a Sliding Panel Glass Movable Wall System to provide unobserved monitoring in support of the Human/Machine interface development for future design incorporation. The contractor shall provide a sliding glass movable wall system that covers two single walls within an existing Lab. The walls shall allow observation of all test bays while providing sound abatement between the observation area and the test area while conducting testing and allow for efficient storage. The Naval Surface Warfare Center, Dahlgren Division, intends to purchase the following items: A quantity of one Sliding Panel Glass Movable Wall System, for a wall of approximately 90 feet long - located in the mezzanine area of the Lab, with capabilities which include: (a) There are three sections to the upper mezzanine wall. Two of the sections (approximately thirty feet and five feet wide) are stationary glass double-pane panels for noise abatement. The third and largest section requires Sliding Double Pane Tempered Glass Panels (no Folding Panels) due to space constraints on the mezzanine. (b) The wall shall consist of both stationary and movable panels that span from the floor to the I Beam above, approximately nine feet. (c) A portion of the wall system shall be easily moved and stored; therefore, the system shall provide its own storage for the movable panels. (d) The thickness of the double-paned glass panels must provide efficient sound control to provide a level of noise abatement between the mezzanine and the rest of the lab during Human Performance testing. (e) The panels may be framed, but must provide 90% visible opening for test observation. A quantity of one Sliding Panel Glass Movable Wall System, for a wall of approximately 30 feet long- located on the lower level of the Lab, with capabilities which include: (a) The system requires Sliding double pane tempered Glass Panels (no Folding Panels). (b) The wall shall consist of both stationary and movable panels that span from the floor to the I Beam above, approximately eight feet. (c) The system shall allow test bays to quickly become compartmentalized from the entrance area of the lab. (d) Due to space constraints within the Lab, the wall system shall be easily moved and stored; therefore, the system shall provide its own storage. (e) The thickness of the double-paned glass panels must provide efficient sound control to reduce the noise level in the lab during Human Performance testing. The contractor shall provide complete installation of the Sliding Panel Glass Movable System to include the following: (a) All hardware required to assemble wall system (b) Hauling and disposal of crating materials; and, (c) Demonstration/Instructions on moving, storing, and redeploying all walls. This announcement constitutes the only solicitation. A written solicitation will not be issued. Proposals are required after a site visit. Qualified Offerors are required to make a site visit to NSWC, Dahlgren VA on 22 July 2008 before submitting a written quote. All qualified offerors will review the site, at the same time, and questions, not related to cost, will be entertained. Offerors are required to contact Gloria Bryant at: Gloria.h.bryant@navy.mil by 5 PM EST. 17 July 2008 to schedule site visit. Detail information shall be provided concerning time, location, and visit request procedures to enter the base. All offerors must be registered and current in Central Contractor Registration (CCR) Data Base. All quotes shall included contractor CAGE CODE and DUNS NUMBER and Past Performance references for similar contracts. A Best Value Source Selection process will be utilized. The evaluation factors will be: Technical Understanding /Capability related to the Statement of Work; Meeting the required Delivery Schedule and Past Performance on similar contracts. Although cost is the least important evaluation factor, it will not be ignored. The degree of importance of the cost will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Sliding Panel Glass Movable Wall System shall be delivered and accepted FOB Destination and installed by no later than 30 November 2008. Packaging and markings shall be in accordance with contractors best commercial practices to ensure safe arrival at destination. All deliverables must meet professional standards and the requirements set forth in contractual documentation. Warranty information shall be provided with quote. Quote shall identify all cost associated with delivery. The solicitation number is N00178-08-R-2018 issued as a request for Quote (RFQ). The NAICS Code associated with this procurement is 238390. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-26 (12 Jun 2008), and DFARS Change Notice 20080513. All offerors must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications, Commercial Items, and DFAR 252.212-7000 Offeror Representations and Certifications with their quotes. FAR clause 52.212-2 Evaluation - Commercial Items-see evaluation factors listed above. FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors, Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, subparagraphs (a)(1-2), (b)(1), (b)(7), (b)(16-22), (b)(24), (b)(29), (b)(31), (b)(36) (d) and (e) apply to this solicitation and are hereby incorporated by reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs, (a) (52.203-3), (b) (252.225-7001), (b)(252.225-7012), (b)(252.227-7015), (b)(252.227-7037, (b)(252.232-7003), (b)(252.243-7002, (b)(252.247-7023, (b)(252.247-7024) and (c)(252.247-7023), (c)(252.247-7024). FAR 52.204-7 and DFARS 252.204-7004, Alternate A- Contractor Central Registration (CCR). DFARS 252.204-7001- Commercial and Government Entity Cage Code (CAGE CODE). DFARS 252.209-7001-Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.232-7010-Levies on Contract Payments; DFARS 252.211-7003- Item Identification and Valuation clause. The Defense Priority and Allocation System (DPAS) rating is DO-A7. The closing date for receipt of quotes is 2:00 PM (Eastern Time), 28 July 2008, anticipated award date is 11 August 2008. Electronic quotes are required at CODE XDS127 gloria.h.bryant@navy.mil. These items will be acquired using Simplified Acquisition Procedures. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE.
:
N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17320 Dahlgren Road Dahlgren, VA
:
CODE XDS127 540-653-7805 FAX: 540-653-4089