Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

45 -- Shower trailers for Ft. Riley, KS

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
332998 — Enameled Iron and Metal Sanitary Ware Manufacturing
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-06-T-0078
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911RX-06-T-0078 is issued as a request for quotation (RFQ). This solicitation is a small business set aside under NAICS 332998 with the small business size standard of 750 em ployees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 dated 22 May 2003. There is one contract line item (0001)for a quantity of 3. Your price shall be FOB destination . Inspection and acceptance shall be at destination. Please provide a quote on the follow items or equal. CLIN 0001, Qty: 3 $_______ Extended Total $________Desc: Ameri-can Engineer ing MODEL 844 or equal. Price should include delivery to Ft. Riley, KS. Salient features: Winterization package to prevent tank freezing, Steel Frame 8 x 44, Triple 6,900 lb Axles, Five Year Warranty Steel Frame, F ive Year Warranty on Axles, Gray Holding Tank 1,500 gallons, Central A/C (30,000 BTU), Fire Proof Entrance / Exit Doors (2), Fresh Water 500 gallons. Door Trim Package, Rubber Sealed Undercoating, Electric Brakes each Wheel, Sure Lube Hubs, LED Exterior Lights, Enduralite Smooth Finish Ceiling, Load Levelers 5,000 lb (4), DOT Safety and Light Package, 2 5/16 Adjustable Hitch, Electric Break-a-Way System, 3/4 Marine Grade Plywood T/G Floor, Floor Joist 2 x 2 Steel 16 O/C, Truss Rafters 16 O/C, Al l Walls and Ceiling Insulated, Roof and Sidewalls On 3/8 Waferboard, Recessed Night Lights For Doors, Five Horizontal Belt Rails, Rain Gutters Over each Door, Locks Keyed Alike, Brushed Aluminum Kick Plates, Visible gauges on all Tanks, City Water Hook-up , City Sewer Hook-up, Lockable Thermostat, Shower 2.5 gallons (9.5 liter) per minute, Each Shower Features an Odor Trap, Lockable Equipment Room, Anti-Scald Valve, Pressurized Water System, Auto Fill Prevents Overflow, Door Steps with Handrails , Box / Wir e for Optional Baseboard Heat. Equipment Room: Fresh Water Tank with Auto Off, Anti-Scald Valves Each Shower, On Demand Propane Water Heater, Mixing Valves, Fresh Water Tank with Pumps, Chrome Floor Drain. Womens Accommodations: Three 30 x 30 Sho wer Stalls, Shower Curtains, Chrome Floor Drain, Skylights, Chrome Clothes Hooks, Liquid Soap Dispensers (Showers Only), Dressing Bench, Waterproof Progress Lighting, Germicidal Floor Mats, Safety Glass Mirror, Formica Vanity with Stainless Steel Double Si nk, Delta Water Saver Faucets, Built-in Trash Receptacle. Mens Accommodations: Ten 30 x 30 Shower Stalls, Shower Curtains, Chrome Floor Drain, Skylights, Chrome Clothes Hooks, Liquid Soap Dispensers (Showers Only), Dressing Bench, Waterproof Progress Lighting, Germicidal Floor Mats, Safety Glass Mirror, Formica Vanities with Stainless Steel Double Sinks (2), Delta Water Saver Faucets, Built-in Trash Receptacle. In accordance with FAR 52.212-1 and FAR 13.106-1(a)(2), the government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will offer the best value, most advantageous to the government, price and non-price factors con sidered. Non-price factors such as, but not limited to: past performance, technical capability, and warranty are considered in determining the best value. Contractors should provide contact information (company name, point of contact, and phone number) o n three (3) customers for whom the contractor has performed similar (scope and work) contracts within the past three (3) years. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The following provisions and clauses are applicable: 52.211-6 Brand name or equal. 52.212-1 In structions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executi ve Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.219-6 Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran s; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by El ectronic Funds Transfer-Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items an d includes the following DFARS clauses by reference: 52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.204-7004 Required Central Contractor Registration. 52.000-4000 Alternate Dispute Resolution. 252.243-7002 Requests for Equitable Adjustment. 5152.233-9000 ACA Executive Level Agency Protest Program. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your co mpany is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 332998 under the Goods  Service s section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this requ est for quotes is not registered in the CCR database by the due date/time of this solicitation, including NAICS 332998 in the Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Pros pective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accord ance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; CAGE Code; DUNS number; and taxpayer identification number (TIN), 3 references, ORCA registration. Also, if quoting on an equal item, literature clearly showing that the product quoted matches the recommended brand (color, design, and material) must be submitted in order for your quote to be considered. Quotes may be emailed to laura.strifler@riley.army.mil . Quotes and app licable literature must be received at ACA, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442 no later than 1530 hours central time on 22 September 2006. Person to contact for additional information regarding the RFQ is Laura Strifler , Contract Specialist, (785)239-5604, fax (785)239-5178, laura.strifler@riley.army.mil.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
Zip Code: 66442-0248
Country: US
 
Record
SN01145234-W 20060917/060915221300 (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.