Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

69 -- Steel Silhouette Shoulder Targets and Stands

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81GR1-8073-0902
 
Response Due
5/29/2008
 
Point of Contact
Sherri Shepherd, 801-523-4093
 
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; quotes are being requested and a written solicitation will not be issued. This will be a 100% Small Business Set Aside acquisition under North American Industry Classification System Code 332999, with a small business size standard of 500 employees. SPECIFICATIONS: Item 0001: 8 ea. Steel silhouette shoulder targets. E-Type silhouette, shoulder attachment holes, heat-treated, tempered steel rated to withstand.50 Cal ball rounds on a continual basis and.50 Cal API rounds on a single shot basis at a deflectionary angle. 20 wide x 40 tall. Item 0002: 14 ea. Swinging target stands. 51 tall, compact for storage, fully shielded joints, fully shielded reinforced, rubber shock absorbing attachment system and hardware. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.252-2 Clauses Incorporated by Reference. (2) FAR 52.204-7 Central Contractor Registration. (3) FAR 52.212-1 Instructions to Offerors--Commercial Items. (4) FAR 52.212-2 Evaluation--Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I. (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items. (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Total Small Business Set-Aside; (b) FAR 52.222-3 Convict Labor; (c) FAR 52-222-19 Child Labor Cooperation with Authorities and Remedies. (d) FAR 52.222-21 Prohibition of Segregated Facilities; (e) FAR 52.222-26 Equal Opportunity; (f) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (g) FAR 52.222-50 Combating Trafficking in Persons; (h) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (i) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (8) FAR 52.222-25 Affirmation Action Compliance; (9) DFARS 252.204-7004 Central Contractor Registration, Alternate A. (10) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.225-7001 Buy American Act and Balance of Payment Program; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III. (11) DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) offerors capability to provide a quality product that meets the Governments needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote; (2) list of at least three of the most current past performance references for similar work covered by this solicitation; and (3) completed provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Offers shall be received NLT 2:00 P.M. on May 29, 2008. Offers may be sent via e-mail to SGT JD Warby at jd.warby@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a3c2a31823910a123e78e67d4b06011e&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN01579019-W 20080524/080522220011-a3c2a31823910a123e78e67d4b06011e (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.