Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

W -- PORTABLE LIGHT TOWER - OPERATION SANDCASTLE 2008

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
SANDCASTLE_08
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
SARAH MUNOZ, 760-380-7035
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(sarah.munozmarquez@us.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number SANDCASTLE _08 is issued as a Combined Solicitation/Synopsis. NTC, Acquisition Command request supplies for the following requirement. (SEE REQUIREMENT DESCR IPTION). This requirement is totally set-aside to small business, NAICS: 238210. Only written (fax or email) quotes will be accepted. Quotes must be received no later than 13:00 (1:00 p.m.) PST, 25 February 2008. POINT OF CONTACT: Ms. Sarah Munoz- Marquez, 760-380-7035, fax 760-380-3693, sarah.munozmarquez@us.army.mil. Alternate POC is Ms. Mildred Pryor, 760-380-4454, fax 760-380-3693, mildred.pryor@us.army.mil. REQUIREMENT DESCRIPTION: Lease and Maintenance of Portable Light Towers (s ee below for full understanding of requirement): Portable Light Towers: The contractor shall provide a total of twenty-four (24) portable light towers. Light towers shall be mobile light towers that provide a minimum 4,000 watts of light. Towers shall have metal-halide lamps powered by minimum 6,000 watt light tower generator. Light tower units shall be of compact and efficient design for ease of use and installation. Light towers shall be powered by dependable diesel engines with minimum 50-gal lon fuel tanks for 100 hours of operation, 120v GFI, 240v twist, 360 tower rotation. Twelve (12) of the light sets will be located at FOB Santa Fe. Eight (8) of the light sets shall be placed at the construction site (approximate GRID NV433101) and four (4) of the light sets shall be placed at the quarry site (approximate GRID NV 378058). The contractor shall provide repair and maintenance for all portable light towers. Primary and backup generators shall be diesel/JP8 type. Generators will have a minim um run time of 24 hours, under full load, with one full tank of fuel. *****REPAIR REQUIREMENTS: The Contractor shall have a designated point of contact available 24 hours a day, everyday, for duration of contract. The contractor shall respond to an d initiate repairs for all customer repair requests within 4 hours of all requests made prior to 3:00 p.m. local time. The contractor shall respond to and initiate repairs for all customer repair requests NLT 7:00 a.m. the following morning for all reques ts made after 3:00 p.m. local time.***** EVALUATION FACTORS: The basis for award is on price and price related factors. SOLICITATION/CONTRACT CLAUSES The following provisions and clauses apply to this acquisition: 52.204-7, Cen tral Contractor Registration; 52-212-1, Instructions to Offerors Commercial Items; 52.212-3 Offeror Representation and Certifications-Commercial Items; Offerors shall include a completed copy of the provision at 52.212-3; 52.212-4, Contract Terms and Condi tions-Commercial items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders  Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.203-6, Restrictions on Sub-contractors Sales to the Government; 52 .219-6, Notice of total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.225-1, Buy American Act; 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; 52.217-8, Option to Extend Service; 252.212-700 1, Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004 Required Central Contract Re gistration; 252-246-7000 Material Inspection and Receiving Report; 252.232-7003 Electronic Submission of Payment Requests;. This provision may be obtained at ht tp://www.arnet.gov/far. LOCAL CLAUSES: 52.000-4032 Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit pa yment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ X ] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invo icing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_________________ ______ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electro nically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) c alendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) ______________________ at _________________or faxed to ________________ ___. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoi ce number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Ite m Financing [ ] Construction Invoice (Contractor Only) [ X ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (G overnment Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ X ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: __W9124B __ ADM IN BY DODAAC: __W9124B___ INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO DODAAC: ________________ LOCAL PROCESSING OFFICE DODAAC: ____W9124B______ PAYMENT OFFICE FISCAL STATION CODE: ______ __________ EMAIL POINTS OF CONTACT LISTING: mildred.pryor@us.army.mi and sarah.munozmarquez@us.army.mil INSPECTOR: Government ACCEPTOR: __Government_ RECEIVING OFFICE POC: _Ms. Sarah Munoz-Marquez____ CONTRACT ADMINI STRATOR: _Ms. Sarah Munoz-Marquez_ CONTRACTING OFFICER: ____Ms. Marie G. Velez_____ ADDITIONAL CONTACT: _Ms. Mildred Pryor (Alternate POC)______________ For more information contact: _Ms. Sarah Munoz-Marquez________ COR The c ontracting officers representative (COR) will be appointed in writing at the time of contract award. PAYMENT & INVOICING All payments for this solicitation/contract will be made by DFAS. The contractor shall include the payment address in the pr oposal, if it is different from that shown for the offeror. INVOICING The contractor shall submit one (1) original copy to the COR, one (1) copy to t he designated DFAS, and one (1) copy to the NTC Acquisition Command, Fort Irwin, CA 92310, ATTN: Ms. Sarah Munoz-Marquez, Fax: 760-380-3693. All payment(s) for this solicitation/contract will be made by DFAS. FAR Clause 52.000-4032, Army Electronic Invoicing SOLICITATION CLOSING The closing date for this solicitation are as follow: 25 February 2008 at/by 1300 hours (1:00 p.m.) PST. INSTRUCTIONS Return offer not-later-than 25 February 2008@ 1300 (1:00 PM) PST to the address shown below via fax, e-mail or mail to Ms. Sarah Munoz-Marquez. Contractors must be registered in the Central Contractor Registration System (CCR). No contract will be entered into with an un-registered vendor. Internet access allows vendors to r egister by completing an electronic on-line application at http://www.bpn.gov/ccr Provide your Duns and Bradstreet Number:____________________________________ Provide your CCR Cage Code:_____________________________________________ Pro vide your Federal Tax ID Number:_______________________________________ Provide your email address:_______________________________________________ POC NTC Acquisition Command: Ms. Sarah Munoz Marquez NTC Acquisition Command PO Bo x 105095 Fort Irwin, Ca 92310 Tel: 760-380-7035 Fax: 760-380-3693 Email: Sarah.MunozMarquez@us.army.mil Alternate POC Acquisition Command: Ms. Mildred Pryor NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 7 60-380-4454 Fax: 760-380-3693 Email: mildred.pryor@us.army.mil IMPORTANT DATES The contractor shall perform in accordance with the following dates: Mobilization Date: 1 April 2008- 30 April 2008 Actual Period of Performance Dat e: 1 May 2008  30 June 2008 Demobilization Date: 1 July 2008  31 July 2008 Contractor shall have equipment remove from FOB and work site area(s) prior to 1 August 2008.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01508044-W 20080215/080213224628 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.