Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

54 -- Mobile offices

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component 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-06-T-0089
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in 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 and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of the following items: Quantity: Description: 6 Portable offices: 20 feet long, eight feet wide with an eight foot ceiling height. One exterior high security door, three point interior locking system with hydraulic door closers. Drywall textured walls and ceiling. Vinyl tile on the floors. Fluorescent ceiling lights. 125 amp breaker panel 120/240 single phase power with three outlets on each 20 foot wall and one on each end. Exterior phone/data jack access. Four vertical opening slider windows with exterior security bars and mini blinds. 16 gauge siding, 10-16 gauge floor joists twelve inches on center and 1 1/8 inch plywood sub-floor. Vertical HVAC. Fire code rating has to be in accordance with the requirements for a trailer or re-locatable structure (see attachment). 1 Portable office/storage combo: 40 feet long, eight feet wide with an eight foot ceiling height. The office should be 16 feet long with a 24 foot storage area. One interior partition with an access door that opens into the storage area. One exterior high security door, three point interior locking system with hydraulic door closers. One exterior high security double door on the end of the storage room. Drywall textured walls and ceiling. Vinyl tile on the floors. Fluorescent ceiling lights. 125 amp breaker panel 120/240 single phase power with three outlets on each 16 foot wall and one on each end). Exterior phone/data jack access. Four vertical opening slider windows with exterior security bars and mini blinds. 16 gauge siding, 10-16 gauge floor joists twelve inches on center and 1 1/8 inch plywood sub-floor. Vertical HVAC. Fire code rating has to be in accordance with the requirements for a trailer or re-locatable structure (see attachment). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 (August 4, 2006), Class Deviation 2005-o0001 dated (August 4, 2006) and Defense Federal Acquisition Regulation (DFARs) Supplement, current to DCN20060814 edition. Government Visa Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. It is anticipated that payment will be made by Government Impac (Visa) Credit Card. Of ferer shall account for any costs associated with accepting credit card payment in the submitted quotation. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 employees. All pro spective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. You must provide technical information and/or descriptive literature about the product you pro pose. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked with W9124R-06-T-0089 Mobile Offices and emailed to steve.tirone@yuma.army.mil or via facsimile (928) 328-6849 no later than COB September 20, 2006. The final date for the submission of technical questions is by COB September 15, 2006. Offerors who fail to fur nish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS 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 (Jan 2006), FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (June 2006). Note: In order to complete the Repr esentations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certificati ons electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov . FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) and FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 5 2.212-2 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 lowest offeror. The Government intends to award a contract to the responsible bidder whose quote confo rming to the solicitation will be the most advantageous to the Government based on technical acceptability, past performance and price. Offerors shall include in their proposal, past performance information on at least three other contracts in which they p rovided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Aug 2006) apply to this acquisition. Specific clauses cited under FAR 52.212-5 that are applicable to this acquisition are FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.232-33 Paymen t by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), FAR 52.232-36 Payment by Third Party (May 1999). FAR 52.217-5 Evaluation of Options (Jul 1990), DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statut es or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) apply to this acquisition, and specifically DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), DFAR 252.225-7036, Buy American Act, Free Tr ade Agreements, Balance of Payments Program (Jun 2005) and DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006). DFAR 252.243-7001, Pricing of Contract Modifications (Dec 1991) and DFAR 252.243-7002, Requests for Equitable Adjustments (Ma r 1998). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendment s. 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
SN01142458-W 20060915/060913221532 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.