Federal Bid

Last Updated on 05 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

10 ' OCTAGON GAZEBOS

Solicitation ID N50054-17-R-0029
Posted Date 10 Aug 2017 at 3 PM
Archive Date 05 Sep 2017 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 information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS (https://www.fbo.gov/).

 

The RFQ number is N50054-17-R-0029.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Publication Notice 20120420.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.  The NAICS code is 321992 and the Small Business Standard is 1250.  Responsibility and Inspection:  unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 

 

The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing:

 

5ea. 10 Feet Octagon Gazebos; Vinyl Wrapped Treated Wood; Architectural Shingles; 7 vinyl benches sections installed, composite decking, delivered fully assembled and set up onsite.

 

 

DELIVERY: Required Delivery Date 4 weeks ARO to Various Locations on Naval Station Norfolk, Virginia 23511 (2ea to BLDG LF-18), (2ea to BLDG CEP 200), AND (1ea to BLDG 51 Norfolk Naval Shipyard, Portsmouth, VA.

 

Responsibility and Inspection:  unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

The following FAR provision and clauses are applicable to this procurement:

52.204-13 System for Award Management Maintenance

52.212-1 Instructions to Offerors - Commercial Items

52.212-3 Offeror Representations and Certifications-Commercial Items), (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;

 

Items Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items), the following clauses apply and are incorporated by reference:

 

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.222-50 Combating Trafficking in Persons

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.204-10 Report Executive Compensation and First-Tier Subcontract Awards

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor-Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13 Restriction on Foreign Purchase

52.232-33 Payment by Electronic Funds Transfer - SAM

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.247-34 FOB Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

 

Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference:

252.203-7000 Requirements Relating To Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation

252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

252.204-7003 Control of Government Personnel Work Product

252.204-7001 Alt A System for Award Management

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7011 Alternative Line Item Structure

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 Disclosure of Information To Litigation Support Contractors

252.209-7991Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7000 Buy American Act - Balance of Payments Program Certificate

252.225-7001 Buy American Act and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests And Receiving Reports

252.232-7006 Wide Area Workflow Payment Instructions

252.232-7010 Levies On Contract Payments

252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)

252.247-7023 Transportation of Supplies by Sea Alternate III

252.225-7048 Export-Controlled Items

 

252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation

252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

252.204-7003 Control of Government Personnel Work Product

252.204-7004 Alt A System for Award Management

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7011 Alternative Line Item Structure

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 Disclosure of Information To Litigation Support Contractors

252.209-7991 Representation by Corporation Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7000 Buy American Act - Balance of Payments Program Certificate

252.225-7001 Buy American Act and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests And Receiving Reports

252.232-7006 Wide Area Workflow Payment Instructions

252.232-7010 Levies On Contract Payments

252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)

252.247-7023 Transportation of Supplies by Sea Alternate III

252.225-7048 Export-Controlled Items

          

System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

 

All quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 11:00AM EST on August 21, 2017. Offers shall be emailed to [email protected].

 

******* End of Combined Synopsis/Solicitation ********

Bid Protests Not Available

Similar Past Bids

Agency Iowa 18 Jun 2014 at 11 AM
Location Unknown 10 Nov 2021 at 3 PM
Fort stewart Georgia 26 Mar 2004 at 5 AM
Portsmouth Virginia 26 Aug 2011 at 4 PM

Similar Opportunities

Franklin New jersey 15 Jul 2025 at 3 PM
Mississippi 10 Jul 2025 at 8 PM
Columbus Ohio 12 Aug 2025 at 3 AM
New york New york 08 Jul 2025 at 11 AM
Colorado springs Colorado 18 Jul 2025 at 8 PM