Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

81 -- Stackable, Collapsible Sleep Quarter Containers

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q07T0067
 
Response Due
9/21/2007
 
Archive Date
11/20/2007
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation for 200 each Stackable, Collapsible Sleep Quarter Containers. This solicitation number DAHA22-07-T-0067 is issued as a Request for Proposal. Th e solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-20. This solicitation is advertised as full and open unrestricted. NAICS is 332311. Small Business Standard is 500 employees. Units must be po rtable and collapsible, pre wired for electrical hookup (electrical includes, Minimum 1 each switch, Minimum 2 each 15 amp duplex receptacles, Minimum two overhead lights, and 40 amp panel box with weatherproof connector). Units must come with mounted comb ination heating and cooling unit with at a Minimum 10,000 BTU heating capacity and Minimum12,000 BTU cooling capacity with 110v single phase power supply, Minimum two windows, Minimum one door, and R21 insulation. Framework must be cold formed steel with m inimum thickness of 1/8 with wall thickness Minimum 2 3/8. Minimum size is 8 x 8 x 20. Units will be shipped and set up at Camp Shelby, Mississippi 39407-5500. Offerors must provide literature on quoted product. The following clauses apply: FAR 52.2 03-3, Gratuities; FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions  Required to Implement Statute s or Executive Orders, (May 2001); the following provisions apply  52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Ve terans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 5 2.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration; 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses: FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses incorp orated by Reference; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFAR 252.225-7021, Trade Agreements; DFAR 252.247-7023, Transportation of Supplies by Sea; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.212-7000, Offeror Representations and Certification-Commercial Items; DFAR 252.204-7004, Required Central Contractors Registration. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications  Commercial Item s (May 2001) and DFARS 252.212-7000, Offeror Representations and Certifications  Commercial Items (Nov 1995) with its offer. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. The proposal is due no later than 12:00 a.m.., September 21, 2007, to USPFO-MS, Attn: Joe Smith, 144 Military Drive, Jackson, MS 39232-8861. Proposals may be emailed to joe.hughie.smith@ng.army.mil or faxed to 601-313-1569. CR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to htt p://www.ccr.gov/.
 
Place of Performance
Address: Camp Shelby Joint Forces Training Center 1001 Lee Ave, Camp Shelby MS
Zip Code: 39407-5500
Country: US
 
Record
SN01404332-W 20070914/070913074235 (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.