Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

23 -- MILVANS

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-08-T-0076
 
Response Due
5/27/2008
 
Point of Contact
Mae Snyder, 580-442-8895
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Solicitation W9124L-08-T-0076 is a Request for Quotations (RFQ) for Milvans in accordance with the Governments requirement. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-25, effective April 22, 2008. This acquisition is set aside for small business, the associated NAICS code is 236220, and size standard is $31 M. The requirement is for the following items: CLIN 0001. One-hundred and ten (110) Milvans, ISO Standard shipping container. 20L X 8W X 8H. Each container is wind and water tight and painted desert tan. End doors must be operational and all containers must be securable. Milvan shall be delivered and set up in one of two designated locations on Fort Sill. Contractor shall contact one of the two POCs before delivery. The requirement shall be FFP- Price will include delivery. Delivery shall be no later than August 15, 2008. Ship to: Fort Sill, OK, 20 each shall be delivered to Bldg #2440 and 90 shall be delivered to Tactical Training Base (TTB) Kelly. Delivery notification must be 48 hours in advance. FOB destination. Enter Apache Gate. Drive south on Apache Gate Rd for approximately one mile. The first road on the left is Knob Hill Rd. Go east (left) on Knob Hill road until it intersects with Quinette Rd. Turn left on Quinette Rd. and stay on the hard surface road for approximately 5 miles. TTB Kelly is on the right side of the road between the MK-19 Range and North Rets Rifle Range. The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, State, Municipal, County and local Board of Health Ordinances, rules and regulation applicable to the business carried on under this contract and are responsible for all applicable state sales and use tax.. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. PAYMENTS In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month in the format described below. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offer or whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications-Commercial Items. The following clauses are applicable to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, and 52.232-36. The following clauses are applicable to this acquisition: FAR 52.252-1 Provisions Incorporated By Reference, 52.252-2. Clauses Incorporated By Reference: http://farsite.hill.af.mil. In addition, the following FAR and DFAR clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.225-7000, 252.225-7001, 252.225-7012, 252.243-7002 and 252.247-7023. The following clauses are applicable to this acquisition: DFARS 252.204-7004 Alternate A (Sep 2007), 252.211-7003. Submission of quotations shall be forwarded by May 27, 2008, 9:00 A.M. CST using either facsimile at (580) 442-8014 or email mae.l.snyder@us.army.mil AND debra.seals@us.army.mil The points of contact for this acquisition are Contract Specialist, Ms. Mae Snyder (580) 442-8895, or Contracting Officer, Ms. Debra Seals, (580) 442-3424.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9128922284ddd87cd8bf9acc488cd71d&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN01570859-W 20080514/080512215226-9128922284ddd87cd8bf9acc488cd71d (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.