Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

54 -- Ammunition Storage Units, Government Magazine Type 2, Class ABC

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, United States Military Academy, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
DOLREO6240001
 
Response Due
9/18/2006
 
Archive Date
11/17/2006
 
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. Solicitation Number: DOLREO6240001 The solicitation is issued as a request for quotation. Posted Date: 9/12/06 Response Date: 9/18/06 by 5 pm EDT. Contracting Offers are due at Offic e Address: Ms. Patti Fay-Crosbie, U.S. Military Academy, Directorate of Contracting, 681 Hardee Place, West Point, NY 10996. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-0 8. This procurement is being set aside 100% for Small Business. The NAICS code is 332311 and the small business standard is 500 employees. The requirement consists of ten (10) ammunition storage units, Government magazine Type 2, Class ABC, 20x8x8, l ined magazine with one single door, and meets NSWC 3046-93-1 Government specification as well as being in compliance with DOD Manual regulation DOD 5100.76-M dated August 12, 2000. In addition, the proposed ammunition storage units must have been tested a nd certified by the DOD Explosive Safety Board. The requirement consists of twenty (20) NFPA Ground Kits (2 per mag). The requirement consists of ten (10) NAPEC High Security Hasps. The requirement consists of ten (10) Cam Closure for double door. The requirement consists of ten (10) Single Doors. Price quoted must be at a daily rate. The requirement consists of up to fifteen (15) days of Rental for a Crane to offload ten new ammunition storage units and to relocate ten existing ammunition storage uni ts to their new location within Range 2 area. Price quoted must be at a daily rate. The requirement consists of up to fifteen (15) days for a licensed Crane Operator to offload ten new ammunition storage units and to relocate ten existing ammunition sto rage units to their new location within Range 2 area. Price quoted must be at a daily rate. The requirement consists of Freight, Labor, and Delivery for transporting 10 ammunition storage units to Range 2 area. The requirement consists of up to fifteen (15) days of waiting time for delivery trucks while offloading and relocating ten new and existing ammunition storage units. Price quoted must be at a daily rate. Delivery schedule is as follows: Four (4) ammunition storage units to be delivered on Marc h 1, 2007; Four (4) ammunition storage units to be delivered on March 5, 2007; and Two (2) ammunition storage units to be delivered on March 7, 2007. Delivery and Installation required to be completed by March 15, 2007 to Range #2, Ammunition Supply Point , and West Point, NY 10996. FOB Destination. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition. The provision at FAR 52.212-2, EvaluationCommercial Items is incorporated. The Defense Priority and Allocation S ystem (DPAS) and assigned rating is not applicable to this acquisition. The Government intends to award a contract to the lowest priced offeror who meets the USMA requirements. Offerors must complete and submit with its proposal, FAR 52.212-3, Offeror Re presentations and CertificationsCommercial Items and DFARS 252.212-7000 Offeror Representations and CertificationsCommercial Items. The clause at FAR 52.212-4 Contract Terms and ConditionsCommercial Items applies to this acquisition. The clause at FA R 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition, 52.203-6 Restrictions on Subcontrac tor Sales to the Government, with Alternate I, 52.219-8 Utilization of Small Business concerns, 52.222-21Prohibition of Segregated Facilities (Feb 1999), 52.222 -21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilitie s, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by electronic Funds TransferCentral Contractor Registration. Th e DFARS clauses at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARS clauses cited in the clause are applicable: 252.225 -7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. The following additional FAR clauses are appl icable to the acquisition, 52.204-7 Central Contract Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.222-3 Convict Labor, 52.222-19 Child LaborCooperation with Authorities and Remedies, 52.247-34 F.O.B. Destination. The following a dditional DFARS clauses are applicable to the acquisition, 252.211-7003 Item Identification and Valuation (June 2005). The full text of a FAR and DFAR clauses may be accessed electronically at http://www.arnet.gov/far. Questions must be submitted in writ ing to Patti Fay-Crosbie via e-mail at Patti.Fay-Crosbie@usma.edu or via fax at (845) 938-8183. CCR Requirement  A Company must be registered on Central Contractor Registration (CCR) before an award can be made. If a company is not registered in CCR, th ey may do so by going to CCR web site at http://www.ccr.gov. ORCA Requirement  All offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.g ov/orca. A company must be active in the Central Contractor Registration (CCR) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA will preclude an award being made to a company.
 
Place of Performance
Address: ACA, United States Military Academy Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
Country: US
 
Record
SN01141040-W 20060914/060912221125 (fbodaily.com)
 
Source
FedBizOpps 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.