Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

54 -- Canopy

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
2107 17th Street, Suite 15, Fort Sam Houston, TX 78234
 
ZIP Code
78234
 
Solicitation Number
W916057211PS01
 
Response Due
8/22/2007
 
Archive Date
2/18/2008
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W916057211PS01. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 45811_03. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-08-22 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Ft. Sam Houston requires the following items, Brand Name or Equal, to the following: LI 001, One (1) Canopy - 32? Wide X 50? Long X 18? Center Height X 14? Sides . 18 OZ., Flame Retardant Vinyl Fabric White in Color ? White Fabric Cover terminates at 8? High on each side, ? Removable 16 mil Clear Vinyl windowed (OMP) side panels 8? High Extending to the ground level on each side ( the clear vinyl can be REMOVED or ROLLED Up to 8? High to allow addition air flow in high heat conditions or down to provide protection from rain & blowing sand. ? Frame: 18? (Heavy Wall Galvanized Tubular Steel Truss on 10? centers ? Class A 12 PSF Snow 75 MPH Wind Loads ? Provide Base Beams for Anchoring to into asphalt and or concrete surfaces ? 5 Year warranty Eye Lid end Panel which stops at 8? from the ground on the rear end with Removable Clear Vinyl windowed (OMP) side panels 8? High Extending to the ground level Forward end is OPEN Ceiling light banks to deliver a minimum of 25 foot candles at 4 feet above the ground level using 6- 400 Watt Low bay Metal Halide Lights with Vertical Base Up Hi Bay Hook hangar fixtures & 1-100 amp breaker panel and hardware in the shelter package. (all installation of the lights, wiring, fasteners, hangers breakers and wiring up to ( not inside) the breaker panel, is the responsibility of contractor ) (Ft Sam Houston DPW is responsible for installation of the main electrical ) Lightning protection Kits with protection sensors with ground rods and all the materials necessary to install each kit. 6- 110 volt electrical Outlets 3 outlet & wiring spaced evenly on each side / 3 per side. Delivered to Camp Bullis TX, 1, EA; LI 002, Shipping and Handling, 1, svc; For this solicitation, USA ACA Ft. Sam Houston intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Sam Houston is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov FOB Origin Site visits are authorized. Arrangement can be made by contacting Chief Joseph Miyasaki at 210-295-7600 or joseph.miyasaki@us.army.mil.
 
Web Link
www.fedbid.com (b-45811_03, n-7168)
(http://www.fedbid.com)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01372214-W 20070816/070814221628 (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.