Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

71 -- STORAGE SYSTEMS, MULTIPLE APPLICATION

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG08TCOLL
 
Response Due
5/19/2008
 
Point of Contact
Patricia Collins, 915-568-5881
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is W911SG08TCOLL, and is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-25. The NAICS code/size standard is 493110/23.5M. This requirement is a 100% Small Business Set-Aside. The Support Division, Directorate of Contracting, Fort Bliss, Texas requests responses from qualified sources capable of providing: CLIN 0001: 5 each Multiple Application Storage Systems (Stanley Vidmar or Equal) #P007778-000002 Cabinet (RP3092AL) 30W x 27-3/4D x 63H, consisting of 1 each model 0340 Housing, 1 each Model 20 Drawer LD 84, 2 each model 20 Drawer LD 85, 1 each model 20 Drawer LD 86, 1 each Model 20 Drawer LD 88, 1 each Model 30 Drawer LD 86, 1 each Model 30 Drawer LD 88, 1 each Model 40 Drawer LD 88, 1 each Model 40 Drawer LD 810, 1 each Model 50 Drawer LDD 810, 1 each Model 50 Drawer LD 816, 1 each Model SL10 Locking Device, 1 each Model HNFST no pallet feet feature-standard and 1 each Model 1MB6PPST MB with Chan-1 ST 6PP. CLIN 0002: 5 each Multiple Application Storage Systems (Stanley Vidmar or Equal) #P007778099996 Cabinet (SEP3054AL) 30W x 27-3/4D x 63H, consisting of 1 each Model 0340 Housing, 1 each Model 25 Drawer LD 48, 2 each Model 25 Drawer LD 58, 2 each 25 Drawer LD 68, 1 each Model 25 Drawer LD 88, 1 each Model 30 Drawer LD 58, 2 each Model 30 Drawer LD 68, 1 each Model 30 Drawer LD 88, 1 each Model 30 Drawer LD 108, 1 each Model 40 Drawer LD 88, 1 each Model SL10 Locking Device, 1 each Model HNFST no pallet feet feature-standard, and 1 each Model 1MB6PPST MB with CHAN-1 ST 6PP. CLIN 0003: 5 each Multiple Application Storage Systems (Stanley Vidmar or Equal) #P007778-000011 Cabinet (RP3098AL) 30W x 27-3/4D x 63H, consisting of 1 each Model 0340 Housing, 1 each Model 20 Drawer L 84, 1 each Model 20 Drawer LD 85, 1 each Model 20 Drawer LD 86, 1 each Model 20 Drawer LD 88, 1 each Model 30 Drawer LD 85, 1 each Model 30 Drawer LD 86, 1 each Model 30 Drawer LD 88, 1 each Model 30 Drawer LD 810, 1 each Model 40 Drawer LD 88, 1 each Model 40 Drawer LD 810, 1 each Model 60 Drawer LD 810, 1 each Model SL 10 Locking Device, 1 each Model HNFST no pallet feet feature-standard, and 1 each Model 1MB6PPST MB with CHAN 1 ST 6PP. CLIN 0004: 5 each Multiple Application Storage Systems (Stanley Vidmar or Equal) #P007778-00016 Cabinet (SCU3110AL) 30W x 27-3/4D x 63H, consisting of 1 each Model 0340 Housing, 6 each 30 Drawer LD 68, 4 each Model 40 Drawer LD 88, 1 each Model SL 10 Locking Device, 1 each Model HNFST no pallet feet feature-standard and 1 each Model 1MB6PPST MB w/CHAN 1 ST 6PP. CLIN 0005: Shipping Charges Items are to be delivered within 30 days after receipt of order (ARO) to HHC 4th Brigade, 0001 AR Brigade 04 Rear Detachment, Building 2643 Shannon Van Valzan Road, Fort Bliss, Texas 79916-6807. Government point of contact for delivery coordination is Lisa Quintana at 915-726-5874 or Courtney Sugai at 915-892-8881. The following FAR provision(s) and clause(s) are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items (NOV 2007) ; 52.212-2 Evaluation-Commercial Items (JAN 1999)(Evaluation factors, using FAR Part 13 Simplified Acquisition Procedures, include price and past performance this combined synopsis/solicitation does not specify relative importance assigned to each evaluation factor in accordance with FAR SubPart 13.106-1(2); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (APR 2002); 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007). The following are included as part of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2007): 52.219-6 Notice of Total Small Business Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). In addition, FAR Provisions/Clauses are applicable to this procurement: 52.211-6 Brand Name or Equal (AUG 1999), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) (http://farsite.hill.af.mil or http://www.arnet.gov ); 52.252-2 Clauses Incorporated by Reference (FEB 1998) (http://farsite.hill.af.mil or http://www.arnet.gov ). The following Department of Defense FAR Supplement (DFARS) provisions and clauses are applicable to this procurement: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (APR 2007), which includes 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), and 252.247-7023 Transportation of Supplies by Sea and Alternate III (MAY 2002); 252.232-7010 Levies on Contract Payments (DEC 2006), and 252.211-7003 Item Identification and Valuation (JUN 2005). DFARS provisions and clauses may be viewed at http://farsite.hill.af.mil or http://www.arnet.gov. The contract resulting from this announcement will be awarded on an all-or-none fixed price basis. Submit Discount Terms, FOB Point, Business Size, Warranty information, Tax Identification Number (TIN), DUNS Number, Cage Code, Contractor Representative Point of Contact including Name/Title, Phone Number, Cell Number, Fax Number and Email Address. If pricing is quoted using prospective contractors General Services Administration (GSA) contract, provide GSA contract number, expiration date, and identify items as open market or GSA. Offeror is advised to complete all provisions and clauses asking for information, i.e., 52.212-3 ALT I and 52.222-22. Past Performance Information: The offeror shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on the last three such contracts performed, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The offeror will not describe past performance history in the quote. The information is to include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a business with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The offeror is to provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offerors past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. This announcement will close at 3:00 PM local time, 19 May 2008. Offers shall be directed to Directorate of Contracting, Support Division, ATTN: Patricia Collins, Fort Bliss, Texas, using electronic or facsimile delivery method no later than the closing date/time in order to be considered. Point of contact: Patricia Collins at email patricia.collins1@us.army.mil. Oral communications are not acceptable in response to this notice. The prospective contractor must be registered in the Central Contractor Registration (CCR) database at time the award is made in order to be eligible to receive such award. Registration is free and can be completed on-line at http://www.ccr.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af1a1471b60f2a7392662177964a5c94&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN01572200-W 20080515/080513221041-af1a1471b60f2a7392662177964a5c94 (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.