Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

71 -- PRIVACY PARTITIONS

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Combined Arms Center and Fort Leavenworth, ATTN: ATZL-GCC, 600 Thomas Avenue, Fort Leavenworth, KS 66027-1389
 
ZIP Code
66027-1389
 
Solicitation Number
DABT19-02-Q-0032
 
Point of Contact
Tonya Lovelace, 913-684-1619
 
E-Mail Address
Email your questions to US Army Combined Arms Center and Fort Leavenworth
(lovelact@leavenworth.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA THIS IS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, DABT19-02-Q-0032, is issued as a Request for Quotation (RFQ), 100% Set-Aside for Small Business. The solicitation document and incorp orated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 and DFARS Change Notice 20020531. The associated NAICS code is 337215 and small business set-aside size standard applicable to this procurement of 500 employees . This acquisition is a Total Small Business Set-Aside. *****Notice to Offerors: This action is subject to availability of funds, FAR Clause 52.232-18. The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement for the purchase, delive ry and installation of approximately 600 used/refurbished privacy partitions. Partitions will be used to create approximately 100 rooms. Partitions shall be 80 inches tall x 2 inches wide, with fabric or vinyl covering. Partitions shall be neutral in col or and include all hardware necessary to interconnect and anchor the partitions. The rooms created shall be approximately 8 feet x 10 feet or 10 feet x 10 feet, based on the physical dimensions of the buildings involved. Partitions shall be 2?, 4?, 6?, 8 ?, etc? wide to accommodate the proper configuration of rooms. The contractor shall provide all labor and expertise to install all of the partitions. A Site Visit is scheduled for 24 Sep 02 at 2:00 PM (CST) and interested parties must email a request t o attend prior to 12:00 P.M., 23 Sep 02 to tonya.lovelace@leavenworth.army.mil. Details in regards to the site visit will be forwarded upon receipt of this request. Offerors shall submit quotes based on brand name or equal basis. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer in accordance with FAR 52.214-21 Descriptive Literature. Warranties other than those specifica lly stated shall be, at a minimum, the industry standard commercial warranty offered. The Government anticipates award of a firm fixed price contract. Delivery and acceptance is at the Trustee Unit, 979 Sylvan Trail, Ft. Leavenworth, KS 66027 and FOB D estination. The offerors should submit with their quotation: (1) Cost proposal which shows each individual item, units, proposed unit cost, total cost per item, and total price for all items; (2) brand name, make/model number, and supporting information for proposed equal products that demonstrates they meet the salient physical, functional, or performance characteristics specified above; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MA Y 2002), and Alternate I (APR 2002) which may be obtained from the following website www.leavenworth.army.mil/doc; (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr2000.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR52.211-8, Time of Delivery (Alt III) (Date of award ? 15 Nov 2002); FAR 52.211-16 Variatio n in Quantity (APR 1984), 15%; FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or E xecutive Orders ? Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; [FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, E qual 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); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Vet erans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999)]; FAR 52.219-6 Notice of T otal Small Business Set-Aside (JUL 1996); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-1 Site Visit (APR 1984); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contracto r?s Registration (NOV 2001); DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (NOV 1995); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition s of Commercial Items (MAY 2002); DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002), and Alternate III (MAY 2000); FAR 52.228-5, Insurance?Work on a Government Installation; FAR 52.222-41, Service Contract Act of 1965,(vendors may call to ob tain a copy of the current wage rates); FAR 52.222-42, Statement of Equivalent rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.247-34 FOB Destination; Local Clauses pertaining to this soli citation are as follows: 52.217-4066 Basis of Award, All or None?Should an award be made, such award shall be for all the tasks required to affect completion of the work. Offers received for less than the total requirement will be considered unacceptabl e, and no award will be made for less than the full amount of work solicited; 52.217-4015 Telegraphic Offers?Telegraphic/telefaxed offers or telegraphic/telefaxed modifications of offers are not authorized. There is no telegraph office located at Fort Lea venworth or Leavenworth, Kansas; 52.217-4020?Contract Period, Contract period shall extend from date of contract award thru 15 Nov 2002, both dates inclusive, unless sooner terminated under the terms of the contract; 52.217-4006-Required Insurance Coverage : In conjunction with FAR Clause No. 52.228-5 entitled Insurance Work on a Government Installation the Contractor's insurance coverage shall include the following types with the minimum amounts of liability indicated herein: (a) Workmen?s Compensation and Employers Liability?(minimum amount) $100,000.00 (b) Comprehensive General Liability?(minimum amount) $500,000.00 Bodily Injury, per occurrence (c) Comprehensive Automobile Liability?(minimum amount) $200,000.00/$500,000.00 Bodily Injury per occurrence, $20,000.00 Property Damage, per occurrence. All interested, responsible firms should submit quotes (Original Plus One Copy of Quote and Enclosures) no later than 10:00 A.M. (CST), 30 Sep 02, to the following address: Attn: Tonya Lovelace, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Le avenworth, KS 66027-1417. Questions in regards to this quotation should be directed to Tonya Lovelace, (913) 684-1619 or email tonya.lovelace@leavenworth.army.mil. Faxed quotes will NOT be accepted. Copies of the above reference clauses are available a t http://web1.deskbook.osd.mil/htmlfiles/rlcats.asp. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Or der for Comm ercial Items for found at http://procure.arc.nasa.gov for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract.
 
Place of Performance
Address: US Army Combined Arms Center and Fort Leavenworth ATTN: ATZL-GCC, 600 Thomas Avenue Fort Leavenworth KS
Zip Code: 66027-1389
Country: US
 
Record
SN00168007-W 20020918/020916213728 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.