Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

99 -- This is Combined Synopsis/Solicitation for Tents. Responses need to be received no later than 14 May 2007 at 10:00AM. PDT to robert.j.centeno@conus.army.mil

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0016
 
Response Due
5/14/2007
 
Archive Date
7/13/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0016 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-16 and DCN 20070327. This requirement is UNRESTRICTED with a NAICS Code of 314912 and a corresponding size standard of 500 employees. FAR 52.211-6 Brand Name or equal applies. The description of the commercial item is for Brand name or equal-; Base X Tent-ABX 4076 and reads as follows: CLIN 0001, 2 EACH, Air Cell tent, Base X 4076. CLIN 0002, 4 EACH, Shipping Containers for ABX 4076 Air Cell inflatable tent. Minimum salient characteristics are as stated above. Delivery time shall be no later than August 31, 2007 to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made o n the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has de cided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to t his acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://ww w.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are not presently available for this acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clause-52 .111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Loc al clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purpose s of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifica tions-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any adde nda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equ al, is applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7021,252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the followin g internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of in formation furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly i ndicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. The minimum salient characteristics for CLIN 0001 are: Overall length is 80 feet, height 15 to 20 feet, width is 40 feet. Each tent must have a set up/tear down time which is 4 hrs or less. Air cells shall be approximately 1 to 2 feet thick to assist in climate control (no liners needed). The floor space shall be completely open with minimal frames to block movement and obstruct vehicles. An inner floor shall be attached to enclose the tent from insects, moisture, and hot or cold weather. Tent flooring shall accommodate commercial plastic flooring. If an air cell tent needs to inflate and remain infl ated to the proper PSI by a pressure sensor that activates an air pump to automatically maintain proper pressure shall be included. The ends of this structure shall be capable of opening up large enough for a HWMMV or fork lift to drive into the interior for ease of set-up and tear down. Two doors are required for entry and exit. 16 in-take vent holes and 12 and out-take vent holes are required for the eight ton ECUs. Six sets of intake and out-take Environmental Control Unit (ECU) holes are required to climate control the field/garrison operations. Overall manpower requirement to set up/take down shall be five to eight personnel. Tent container required for this request. The minimum salient characteristics for CLIN 0002 are: Shipping Container 4 eac h: All Aluminum Construction: Interior Dimensions 80 inches X 95.5 Inches X 55 Inches, Exterior Dimensions 83.5 inches X 98.0 inches X 60.0 inches. Door on long side, removable, will pivot down, four way forkliftable, exterior finish CARC 383 O.D. green, F ully removable Lid, Tie down provisions on two ends, est. empty wt 1200 pounds. Sidewall air vent at least two each wall. Telephonic inquires will be accepted for solicitation clarification only, any direct questions relating to CLIN 0001 and CLIN 0002 wi ll need to be emailed to the below point of contact. Quotes are due on May 14, 2007 at 10:00:00 AM. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Robert J. Centeno, robert.j.centeno@conus.army.mil, 253-966-3479. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered f or selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc - and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01262170-W 20070331/070329222419 (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.