Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

95 -- Fabricate Truck Beds, NSN 2510-01-083-1158, Kansas Army National Guard Regional Sustainment Maintenance Site, Ft Riley, Kansas

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
331221 — Rolled Steel Shape Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-05-R-4007
 
Response Due
7/29/2005
 
Archive Date
9/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Proposal for an Indefinite Delivery Indefinite Quantity type contract for Fabrication of Truck Beds, NSN 2510-01-083-1158: Army P/N 11 593374/SHT. Contract shall be awarded for one year with two additional option years. Estimated quantity is 250 units for the initial contract year and 240 units for each option year. End item is for the Regional Sustainment Maintenance Site (RSMS), Buil ding 1970 Camp Funston, Ft Riley, KS 66442-0345. Specifications are per TACOM Military Specification and drawings. Metal material shall be A-36 Hot Roll or A-36 Cold Roll and shall be manufactured meeting metal thickness as per sample bed and shall meet or exceed that of sample bed. Military Specification and drawings are available on website www.ngks.net or through e-mail or fax upon request and a sample bed is available for review at the RSMS site, Ft Riley, KS. Contact Dwight Long or Roger Jimenez at 785.239.8895 or e-mail Dwight.e.long@ks.ngb.army.mil to set up an appointment to review and measure the sample bed. Award will be an Indefinite Delivery Indefinite Quantity Contract with a minimum guaranteed order of 10 units after acceptance of a first a rticle test unit. The first article test unit is part of the 10 unit guaranteed minimum order. Delivery of the guaranteed minimum order of 10 units is required by 1 September 2005. Subsequent deliveries of 40 units per month are scheduled for 1 Oct 05, 1 Nov 05, 1 Dec 05, 1 Jan 06, 1 Feb 06 and 1 Mar 06. Maximum quantity per year is 250 units. Contract award is contingent upon first article acceptance. Award will be made to the lowest priced technically acceptable proposal. Contractor must have prior expe rience in the manufacture of truck beds for the military or commercial customers. Proposal must include names and points of contacts of other military or commercial customer who they have performed this or similar work for in the past five (5) years. Tech nically acceptable is fabricating the truck beds to the Military or commercial specifications and drawings, obtaining government acceptance of a first article bed unit, and meeting the delivery schedule of the guaranteed minimum 10 units by 1 September 200 5. Lowest price will be evaluated by the lowest overall price of the aggregate sum of base year and all option years. In order to receive an award of this contract, you must be registered in the Central Contractor Registration database at www.ccr.gov. Al l responsible sources may submit an offer which shall be considered by the Agency. This solicitation DAHA14 05 R 4007 is issued as an RFP. This is a solicitation document and incorporates provisions that are in effect through Federal Acquisition Circulars. The provision at FAR 52.212-3, Offeror Representations and Certifications (7/2002) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (1/20 05) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (1/2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small business Set Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Seg regated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Ac tion for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies; 52.222-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Mandatory Information for Electro nic Funds Transfer Payment (Oct/2003) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. For technical q uestions and an appointment to review the sample cab please contact Dwight Long, (785) 239-8895 or e-mail Dwight.e.long@ks.ngb.army.mil. Offers are due by 4 p.m., 29 June 2005 via e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave, Topeka, KS 66611-1170 or fax to (785) 274-1642, Attn.: Ms Sandy Summers; or e-mail to: sandy.summers@ks.ngb.army.mil Simplified Acquisition Procedures will be utilized. This is 100% small business set aside. NAICS code is: 331221, size standard is 1,000 employees.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00828746-W 20050615/050613211827 (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.