Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

59 -- Furnish and Install Chain Link Fence and Vertical Lift Pivot Gates

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-04-T-0073
 
Response Due
9/17/2004
 
Archive Date
11/16/2004
 
Point of Contact
Michael McDaniel, 928-328-6356
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemen ted with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Pro cedures (SAP) as a Brand Name or Equal in accordance with the Federal Acquisition Regulation (FAR) 52.211-6 (Aug 1999). It is strongly advised that offerors conduct a thorough review of FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information re garding what must be included with your proposal if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 dated 18 June 2004 and Defen se Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040625. It is anticipated that payment will be made by Government VISA Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Clas sification System (NAICS) is 332323 with a size standard of 500 employees. The proposal shall consist of one Contract Line Item (CLIN) 0001, Quantity 1, Unit of Issue: Lot, Description: FURNISH AND INSTALL CHAIN LINK FENCE AND VERTICAL LIFT PIVOT GATES AT CAMP AVION ROAD ENTRANCE AT LAGUNA ARMY AIRFIELD AND OCOTILLO ROAD AT THE YUMA TEST CENTER ENTRANCE LOCATED AT U.S. ARMY YUMA PROVING GROUND (USAYPG), AZ per the Statement of Work and Drawings (in both DWF and PDF) which are located at the following websi te www.yuma.army.mil/contracting/rfp.html for review/printing. All proposals shall be clearly marked with CSS number and emailed to Michael.McDaniel@yuma.army.mil no later than Noon MST, 17 September 2004. A mandatory site visit will be held on 14 Septembe r 2004, at 8:00 AM MST Contracting Division Building 2100 Room 8 USAYPG Yuma, AZ to ascertain conditions and dimensions affecting the work, as the Contractor is responsible for verification of all dimensions. This will be the only site visit coordinated a nd no other site visits will be coordinated through Government Contracting. In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than Noon MST on 16 September 2004. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 2000). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force W eb Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) Alternate I (Apr 2002) apply to t his acquisition. FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). 52.247-34 FOB Destination (Nov 1991). FAR 52.236-12 Cleaning Up (Apr 1984). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the Governments requiremen t. Brand Name or equal for Electric Gates: Autogate Vertical Pivot Lift (VPL24VDC), Manufacturer Autogate, 7306 Driver Road, PO Box 50, Berlin Heights, Ohio 448 14 (800) 944 4283, Fax 419 588 3514, www.autogate.com The criteria to be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristi c specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Unless t he offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. ii) price, and iii) past performance. Technical capability is considered the most important evaluation for this acquisition, Price is second in order of importance and third is Past Performance. Technical proposals will be reviewed for compliance with the specifications, then Price. Past performance will then be evaluated for all offer ors whose technical proposal has been determined acceptable. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address 3) Name of point of Contact with phone number and e-mail address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2004) app ly to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 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 Fa cilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), FAR 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, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Other Than Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) applies to this Acquisition, and specifically 252.225-70 01 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jun 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number , and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. Names of personnel attending the mandatory site visit shall be provided no later than 4:00 PM MST 13 September 2 004. This is required so that visit requests can be coordinated with USAYPG security. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00669027-W 20040911/040909212634 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.