Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOLICITATION NOTICE

W -- Operations Sand Castle FY07 at The NTC Fort Irwin, CA Requirement #5, (LAUNDRY, SHOWER, and RESTROOM TRAILERS)

Notice Date
2/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-07-T-0010
 
Response Due
4/12/2007
 
Archive Date
6/11/2007
 
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; quotes ar e being requested and a written solicitation will not be issued. A faxed copy of this Request for Quote as contained herein will be provided to all requestors. Quotes are being requested a written solicitation will not be issued. This solicitation is i ssued as a Best Value Lowest Price Technically Acceptable request for quote (RFQ) W9124B-07-T-0010 using Simplified Acquisition Procedures under the Test Program at Subpart 13.5. The Government intends to award to the responsible offeror(s) whose offer co nforming to the solicitation will be the most advantageous to the government based on the Best Value Lowest Price Technically Acceptable offer for the requirement in accordance with the scope of work. Technical acceptable criteria are the service requirem ents as listed in the scope of work. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2004-25. This procurement is set side for Total Small Business and is under North American In dustry Classification Standards (NAICS) code 532490, the size standard is $6.5M. The following clauses and provisions are incorporated and are to remain in full force in any resultant award: FAR Clause 52.204-9, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (dev), 52.217-8, 52.217-9, 52-232-18, 52-232-23, 52.243-1, 52.243-3, 52.246 -2, 52.247-27, 52.252-1, 252.204-7004, 252.212-7001, 52.000-4029, 52.000-4014. Each offeror shall include a completed copy of the provisions at FAR clause 52-213-3 Offerors Representations and Certifications-Commercial Items (2/00) with the quotations, the word document is available for download with these representations and certifi cations (And also in entire from: http://farsite.hill.af.mil/). Copies of Clauses in full text may be found at the following website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_00htm. If you are quoting an Equal, you must prov ide the manufacturer, part number, and other requirements prescribed in FAR 52.211-6, Brand Name or Equal, (8/99) with quote. Offers are due 12 March 2007 at 10:00 AM PST. Contact CPT Jason Franklin at 380-760-3686 to coordinate for site visits on 8 & 9 March 2007 only. Award shall be made only to contractor who have registered with the Central Contractor. Registration at: http://www.ccr.gov/ Your offer may be submitted by email to rosalind.whitfield@irwin.army.mil and lanyard.armstrong@usar.army.mil or via fax at 760-380-3693 and 601-631-6198 respectively. Point of Contact for questions of contractual nature addressed to Ms. Rosalind M. Whitf ield at (760) 380-6576. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with addition information included in this notice. This announcement constitutes the only solicitation. A faxed copy of t his Request for Quote as contained herein will be provided to all requestors. Quotes are being requested a written solicitation will not be issued. This solicitation is issued as a Best Value Lowest Price Technically Acceptable request for quote (RFQ) W9 124B-07-T-0010 using Simplified Acquisition Procedures under the Test Program at Subpart 13.5. The Government intends to award to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the government based o n the Best Value Lowest Price Technically Acceptable offer for the requirement in accordance with the scope of work. Technical acceptable criteria are the service requirements as listed in the scope of work. This solicitation document and incorporated pr ovisions and clauses are those in effect through Federal Acquisition Circula r 2004-25. This procurement is set side for Total Small Business //and is under North American Industry Classification Standards (NAICS) code 532490, the size standard is $6.5M. The following clauses and provisions are incorporated and are to remain in full force in any resultant award: FAR Clause 52.204-9, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (dev), 52.217-8, 52.217-9, 52-232-18, 52-232-23, 52.243-1, 52.243-3, 52.246 -2, 52.247-27, 52.252-1, 252.204-7004, 252.212-7001, 52.000-4029, 52.000-4014. Each offeror shall include a completed copy of the provisions at FAR clause 52-213-3 Offerors Representations and Certifications-Commercial Items (2/00) with the quotations, the word document is available for download with these representations and certifi cations (And also in entire from: http://farsite.hill.af.mil/). Copies of Clauses in full text may be found at the following website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_00htm. If you are quoting an Equal, you must prov ide the manufacturer, part number, and other requirements prescribed in FAR 52.211-6, Brand Name or Equal, (8/99) with quote. Offers are due 12 March 2007 at 10:00 AM PST. Contact CPT Jason Franklin at 380-760-3686 to coordinate for site visits on 8 & 9 March 2007 only. Award shall be made only to contractor who have registered with the Central Contractor. Registration at: http://www.ccr.gov/ Your offer may be submitted by email to rosalind.whitfield@irwin.army.mil and lanyard.armstrong@usar.army.mil or via fax at 760-380-3693 and 601-631-6198 respectively. Point of Contact for questions of contractual nature addressed to Ms. Rosalind M. Whitf ield at (760) 380-6576. REQUIREMENT DESCRIPTION: Operations Sand Castle FY07 Requirement #5, (LAUNDRY, SHOWER, and RESTROOM TRAILERS) Requirements: deliver, set up and securely mounted to withstand wind gusts, pick up/insurance/daily service and maintenance to include weekends and holidays. Delivery date 30 March 2007 and pick up date 8 June 2007. Provide two (2) laundry trailers. Each unit contains 7 or more top loaded washer units and an equal number of dryer units; hot and cold water; air conditioning; trash receptacles Provide shower trailers to accommodate a minimum of 32 shower heads. Each trailer shall have AC and be equipped with private changing and shower stalls, a boiler system and on-board water storage. Provide three (3) Portable Restroom Trailers (2 Male use and 1 Female use). Male use trailers shall have a minimum of 5 stalls and 3 urinals with sinks and water. Female trailers shall have a minimum of 5 stalls and sinks with water. All trailers are to be equipped with lighting and applicable safety equipment. All trailers need to be delivered and ready for use no later than (NLT) 3 April 2007 for use, and to be picked up 8 June 2007. All of the trailers are to be delivered National Training Center (NTC) Forward Operating Base (FOB) Endeavor. FOB Site GRID: NU30559758 IN THE EVENT OF NEEDED REPAIRS RESPONSE TIME SHALL BE WITHIN 4 HOURS AFTER NOTIFICATION IF MADE BY 4:30 PM OR 0600 IF NOTIFICATION IS MADE AFTER 5:00 PM. POC for delivery and site set is MSG Armstrong POC contact number will be furnished at time of award.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01240878-W 20070302/070228221124 (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.