Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

54 -- (1) EA Precast Concrete Shelter 12x30(4) EA Precast Concrete Shelters 24x30

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W81R8T81340201
 
Response Due
6/17/2008
 
Archive Date
8/16/2008
 
Point of Contact
Tejae Craig, 928-328-6903
 
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 and Part 13.5 Test Program for Certain Commercial Items, 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-25, Effective 22 May 2008 and Defense Federal Regulation Supplement (DFARs), current to DCN 20080513. The awarded contract will be a firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) is 327390 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Note: that this solicitation is for a precast concrete electronic equipment shelter and that steel or other types of shelters are unacceptable and such offers will not be accepted. This project is for the engineering and constructions of five commercially available precast concrete electronic equipment shelters with preinstalled electrical and mechanical systems. The proposal shall ---consist of two Contract Line Item Number (CLIN) 0001, Quantity: 04, Unit of Issue: Each, Description: Two shelters shall be 24W x 30L x 10H, one shelter shall be 24W x 30L x 15H with a 15W x 12H usable opening rollup door, one shelters shall be 24W x 30L x 10H with a 10W x 8H usable opening rollup door. (CLIN) 0002, Quantity: 01, Unit of Issue: Each, Description: The shelter shall be 12W x 30L x 10H with a 10W x 8H usable opening rollup door. THE STATEMENT OF WORK/SPECIFICATIONS AND DRAWINGS ARE AVAILABLE ON THE U.S. ARMY CONTRACTING AGENCY YUMA WEBSITE http://www.yuma.army.mil/contracting/ The Shelters will be delivered all at once at the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All quotations shall be clearly marked with RFQ referencing number # W81R8T81340201 and emailed to the Point of Contact (POC) below no later than 17 June 2008 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to michael.mcdaniel10@us.army.mil no later than 09 June 2008, 11:00 a.m. MST. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Apr 2008). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (May 2008) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If the offeror has completed the annual representations and certifications electronically at the Online Representation and Certifications Application (ORCA) website at https://orca.bpn.gov/ then the offeror shall only complete section (l) of FAR Clause 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the description, specifications, and statement of work for this requirement. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Offerors shall include in their proposals, past performance information on at least two other contracts in which they provided that same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (May 2008) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR 252.211-7003 Item Identification and Valuation (Jun 2005) & DFAR 252.212-7000 Offeror Representations and Certification Commercial Items (Jun 2005). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005), 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC below or by facsimile (928) 328-6849.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d031f2a1fa7895eb5c85533401f8dec&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01582792-W 20080531/080529221442-1d031f2a1fa7895eb5c85533401f8dec (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.