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.

Louvered Curtain Walls

Solicitation Number: H92244-09-T-0075
Agency: Other Defense Agencies
Office: U.S. Special Operations Command
Location: Naval Special Warfare Development Group
  • Print
:
H92244-09-T-0075
:
Combined Synopsis/Solicitation
:
Added: Dec 24, 2008 1:15 pm Modified: Dec 30, 2008 8:03 amTrack Changes

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0075. A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-28 effective 12 December 2008. North American Industrial Classification Code (NAICS) 332313 with a standard business size of 500 Employees applies to this procurement. This procurement is set-aside for small business concerns. The DPAS rating for this procurement is DO-09. All responsible sources may submit a quote which shall be considered by the agency.
The contractor shall provide a proposal using the attached bid schedule in Section B.

Section B Schedule of Supplies and Services
CLIN 0001, The contractor shall be required to fabricate and install 2 louvered ballistic curtain walls using AR500 plate for the fabrication. The contractor will be required to take field measurements, provide plans, and an AR500 certification. The contractor will be required to attend a site visit to view the site and to take measurements.
A site survey will be conducted at the Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 on Tuesday, January 6, 2009 at 9:30AM EST, due to time constraints and limitations on the availability of the space the site visit will only be held for contractors who arrive precisely at 9:30AM EST to the Dam Neck Visitor Center, there will not be another other opportunity to view the site. Visitors will have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted their information.

Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, name of business, make/model/year/color/state of vehicle registration/license plate information, number of vehicles by no later than Tuesday, 30 December 2008 at 8:00 AM EST to Kenneth Brumfiel via email at kenneth.brumfiel@vb.socom.mil, please call me back at 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons.
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.202-1 Definitions (JUL 2004)
FAR 52.203-2 Certificate of Independent Price Determination (Apr 1985)
FAR 52.203-3 Gratuities (APR 1984)
FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006)
Alternate I (OCT 1995)
FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or
Improper Activity (JAN 1997)
FAR 52.203-11 Certificate and Disclosure Regarding Payments to Influence Certain
Federal Transactions (Sep 2007)
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions
(Sep 2007)
FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000)
FAR 52.204-7 Central Contractor Registration (APR 2008)
FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007)
FAR 52.209-5 Certificate Regarding Debarment, Suspension, Proposed Debarment
and Other Responsibility Matters (Dec 2001)
FAR 52.209-6 Protecting the Government's Interest When Subcontracting With
Contractors Debarred, Suspended, or Proposed for Debarment
(SEP 2006)
FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990)
FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
(DEV) or Executive Orders Commercial Items (AUG 2007) (DEVIATION)
FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item
(MAR 1989)
FAR 52.219-6 Notice Of Total Small Business Set-Aside (JUN 2003)
FAR 52.219-7 Notification of Partial Small Business Set-Aside (JUN 2003)
FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004)
FAR 52.219-9 Small Business Subcontracting Plan (NOV 2007)
FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999)
FAR 52.219-28 Post-Award Small Business Program Representation (JUN 2007)
FAR 52.222-3 Convict Labor (JUN 2003)
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2007)
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
FAR 52.222-26 Equal Opportunity (MAR 2007)
FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans
of the Vietnam Era and Other Eligible Veterans (SEP 2006)
Alternate I (DEC 2001)
FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)
FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans
of the Vietnam Era and Other Eligible Veterans (SEP 2006)
FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or
Fees
FAR 52.222-41 Service Contract Act of 1965, as amended (JUL 2005)
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989)
FAR 52.222-50 Combating Trafficking in Persons (Aug 2007)
FAR 52.225-1 Buy American Act -Supplies (Jun 2003)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
FAR 52.232-17 Interest (JUN 1996)
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
(OCT 2003)
FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds
Transfer Information (MAY 1999)
FAR 52.232-36 Payment by Third Party (MAY 1999)
FAR 52.233-1 Disputes (JUL 2002)
FAR 52.233-2 Service of Protest (Sep 2006)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
FAR 52.242-13 Bankruptcy (Jul 1995)
FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007)
FAR 52.245-1 Government Furnished Property (Jun 2007)
FAR 52.246-25 Limitation of Liability - Services (Feb 1997)
FAR 52.249-2 Termination for Convenience of the Government (Fixed Price)(May
2004)
FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
DFARS 252.204-7004 Central Contractor Registration (NOV 2003) ALT A
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a
Terrorist Country (Oct 2006)
DFARS 252.209-7004 Subcontracting with Firms that Are Owned or
Controlled by the Government of a Terrorist
Country (DEC 2006)
DFARS 252.211-7003 Item Identification and Valuation (JUN 2005)
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes
(DEV) or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (APR 2007) (DEVIATION)
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
(JUN 2005)
DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008)
DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008)
DFARS 252.232-7010 Levies on Contract Payments (DEC 2006)
DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998)
DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005)
SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998)
SOFARS 5652.228-9000 Required Insurance (2003)



CLAUSES INCORPORATED BY FULL TEXT:


Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.


All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.


FAR 52.209-1 Qualification Requirements (FEB 1995)


FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, past performance, technical capability, attendance at the site visit, and delivery schedule. The contractor will be required to provide at least 3 relevant, and recent past performance references demonstrating their ability to perform the required work.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



FAR 52.212-3 Offeror Representations and Certifications Commercial Items
(AUG 2007) Alternate I (APR 2002)
FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
FAR 52.222-25 Affirmative Action Compliance (APR 1984)
FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or
Fees (DEC 2004)
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)
FAR 52.252-6 Authorized Deviations in Clauses (APR 1984)
DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items
(AUG 2007) Alternate I (APR 2002)
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005)
SOFARS 5652.204-9004 Foreign Persons (JAN 2006)
SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This
Solicitation (JAN 2000)
SOFARS 5652.232-9003 Paying Office Instructions (2005)
SOFARS 5652.228-9000 Required Insurance (2003)


SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING
OFFICER (JAN 2005)
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. . The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713.


All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent via email to Kenneth Brumfiel. Questions will be accepted via until Monday December 29, 2008 @ 8:00 AM and posted on Tuesday December 30, 2008. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.


Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.


Point of contact for this procurement is Kenneth Brumfiel at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil , phone: (757) 893-2716, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 5 January 2009.


:
1636 Regulus Avenue, Building 313
Virginia Beach, Virginia 23461-2299
:
Kenneth C Brumfiel
Phone: 757-893-2716