Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

54 -- WIRE MESH CAGES

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3MT247239A109
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers (e.g., quotes) and a written solicitation will not be issued. Solicitation H92236-07-T-2130 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-19. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set aside for Small Business Concerns. The associated NAICS is 332311 and the size standard is 500 employees. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001: Wire Mesh Cages, Free Standing, 4 Wall and Ceiling with Sliding Door. Size: 6 ft Wide X 6 ft High X 8 ft Deep, with 3 ft Sliding Door with locking capabilities. Cages shall be constructed of 10 gauge steel woven into 1 inch X 1 inch diamond mesh, clinched to frames. Cages shall have horizontal and vertical frames made of 12 gauge angle reinforced mild steel. Sliding Door shall be on a sliding track with locking capability. Door Size will be 3 ft. Each cage shall have a 3 feet shelf and clothing bar installed. Cages shall be coated to prevent rust or corrosion. Color: Black. Cages will not require bolting to floor. Quantity: 30 each. CLIN 0002: Wire Mesh Cages, Free Standing, 4 Walls and Ceiling with Sliding Door. Size: 8 ft Wide X 8 ft high X 6 ft Deep, with 3 ft Sliding Door with locking capabilities. Cages shall be constructed of 10 gauge steel woven into 1 inch X 1 inch diamond mesh, clinched to frames. Cages shall have horizontal and vertical frames. Cages shall include all four walls and ceiling. Sliding Door shall be on a sliding track with locking capability. Door Size will be 3 ft . Each cage shall have a 3 feet shelf and clothing bar installed. Cages shall be coated to prevent rust or corrosion. Color: Black. Cages will not require bolting to floor. Quantity: 11 each. Cages shall be manufactured at contractor?s site, and delivered ready for installation by contractor. All 41 cages shall be manufactured, delivered, and ready for install on or about 12 November 2007 (this is a tentative schedule). Install period must be flexible as the installation will be contingent upon completion of the construction of flooring project. The Contracting Officer will be responsible for notifying the contractor of changes to the tentative schedule. Point of delivery will be USSOCOM Regional Contracting Office, Pope Air Force Base North Carolina 28308. The offeror shall provide at less two past performance reference with contact information. The Government will award a contract resulting from this solicitation to the responsible offeror(s) conforming to this solicitation and will be most advantageous to the Government, price and other factors considered. The Government intends to award to the responsible lowest reasonable price that is technically acceptable. Technically acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLINs. Only those offers of supplies that completely The following provisions and clauses are applicable to this acquisition. FAR Clause 52.212-3, Offeror Representation and Certifications Commercial Items. Online Representation and Certifications (ORCA) are considered acceptable to meet this clause requirement; otherwise a complete copy of the Offeror Representation and Certification will be required. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Deviation) with the following clauses in paragraph (b) applicable; FAR 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-3, 52.225-1 and 52.232.33. FAR 52.219-6, Notice of Small Business Set Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act Supplies. FAR 52.247-34, FOB Destination. FAR Clause 52.252.2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.211-703, Item Identification and Valuation. DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following clauses in paragraph (a) and (b) applicable: 252.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023 and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement and Balance Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. QUOTES ARE DUE: Quotes shall be received at USSOCOM Regional Contracts Office, Attn Connie Burgess, Bldg 3-1947 Malvesti Rd, Pope Air Force Base NC 28308, not later than 10:00 am, Eastern Standard Time, 17 September 2007. Fax submission will be accepted at 9102431345. It is the offerors responsibility to ensure faxed quotes and attachments, if applicable, are received by the designated time. The preferred method of submitting quotes is by email at burgessc@jdi.army.mil. Emailed submissions and attachments, if applicable, must be received by the closing date and time indicated above. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include the unit price and total price. Please include Federal Tax ID No., DUNS Number and Cage Code, shall be included on correspondence. (2) Representation and Certification compliant with FAR Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if applicable. (4) Evidence of technical acceptability, delivery schedule, and past performance references. Amendments, if any, will be published on FedBizopps at http://www.fedbizopps.gov. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in the Central Contractors Registration (CCR) prior to award. Any questions referencing this solicitation will be submitted in writing via email (burgessc@jdi.army.mil) or by fax to 9102430249, not later than 13 September 2007. The point of contact for this requirement will be Connie Burgess, Contracting Officer, at (10)2431345 or email at burgessc@jdi.army.mil.
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACTS OFFICE, BLDG 3-1947 MALVESTI RD, POPE AFB NC
Zip Code: 28308
Country: UNITED STATES
 
Record
SN01392806-W 20070902/070831223055 (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.