Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

16 -- Shade Structure

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
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-07-T-1034
 
Response Due
3/9/2007
 
Archive Date
5/8/2007
 
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. Proposal s are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-15, Effective 12 Feb 2007 & Class Deviation 2005 -o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070212. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small business set-aside. The North American Industry Classi fication System (NAICS) is 314912 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The award wi ll be based on required delivery and installation. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Shade Structure: Provide and install cover on a pre-existing steel frame structure. The cover needs to be made of shade cloth of high density polyethylene monofilament with tape knitted fabric, minimum weight of 8.8 oz per square yard, mold and mildew-resistant. Material use should have the minimum of 85% or 95% UVR block either tan or white in color with some a minimum 5-year warranty. Shelter area is a long arch, 80 X 140 feet, approximately 35 feet high, with both ends open. YPG will provide two scissor-lifts and a fork-lift to support the installation. The quote shall include all c osts to include any freight and installation. Items shall be delivered and installed by 24 April 2007 at the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. This solicitation is being issued as a Request for Quotation (RFQ). Off ers shall be clearly marked with RFQ referencing number # W9124R-07-T-1034 and emailed to Tejae.Craig@yuma.army.mil or sent by facsimile to 928-328-6849 no later than the 09 March 2007 at 11:00 a.m. Mountain Standard Time (MST). Offerors that fail to furn ish 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 re ference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006) with Alternate I (Apr 2002). Note: In or der to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of 52.212-3. F AR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Nov 2006) apply to this acqui sition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1 998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). FAR 52.237-1 Site Visit (Apr 1984) and FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). Site visit scheduled on 06 March 2007 at 9:00 a.m. MST, building 2100, Room # 8, Yuma Contracting Division. If you plan to attend the site visit, notify Tejae Craig at the e-mail address below. You are limited to 2 attendees per company. T his will be the only site visit coordinated and no other site visit will be coordinated through Government Contracting. Reminder: Mandatory to bring valid drivers license, photo ID, vehicle registration, and proof of insurance to come on base. DFARS Cla uses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), specifically 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Progr am (Oct 2006) with Alternate I (Oct 2006). DFARS provision 252.232-7003 Electronic Submission Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7035 Buy American Act---Free Trade Agreements---Balance of Payments Program Certificate (Oct 2006) with Alternate I (Oct 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Tejae Craig via email to Tejae.Craig@yuma.army.mil or by facsimile (928) 328-6849 for notification of amendments. 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
SN01235944-W 20070223/070221220838 (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.