Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
DOCUMENT

54 -- Housing Container - Clauses

Notice Date
6/17/2008
 
Notice Type
Clauses
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building, SA-4 Navy Hill, Washington, District of Columbia, 20520
 
ZIP Code
20520
 
Solicitation Number
2072-857P06
 
Archive Date
7/5/2008
 
Point of Contact
Brian J. Schoellkopf,, Fax: 202-776-8686
 
E-Mail Address
SchoellkopfBJ@state.gov
 
Small Business Set-Aside
N/A
 
Description
Government Sales, This is a request for quotation number 2072-857P06. The US Consulate in Southern Sudan has a requirement for a 40 x 8 housing container. See below for a detail requirement. REQUIREMENT / DESCRIPTION: Qty 1: 40 x 8 Housing Container Offerors, the container shall have the below requirement at a minimum: •Styrofoam heat insulation on all walls and ceiling •Incandescent light fixtures •Duplex socket outlets •Sliding windows w/ installed security bars on the windows •Steel security door •Shower Cubicle w/ fixtures •Sink w/ mirror •Water heater Offerors shall state the delivery charge of this container with dimension and weight. REQUIRED DELIVERY DATE: Within 60 days of award. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features listed above and the required delivery time. The Government intends to award to the lowest price technically acceptable quoter(s). Lowest price will be the aggregate sum of the item prices to include delivery to Southern Sudan. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this RFQ will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the offeror from further consideration. All technically acceptable, responsible offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i)Ability to meet Statement of Work/Specification requirements. Provide a complete description of technical ability/capability of the container in sufficient detail to evaluate compliance with the requirements. Each offeror shall provide sufficient data to substantiate the offerors' ability to meet all requirements of the Statement of Work/Specification. (ii) Ability to provide most expedited delivery of container. (iii)Past performance. Offerors shall provide documentation and references of other Government or commercial customers for whom the quoter has provide this system or similar system within the past two (2) years. Quoter must have an acceptable record of past performance. QUOTATIONS MUST INCLUDE THE FOLLOWING : PRICE: Unit price and extended price, inclusive of delivery charges DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be included REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has preformed this or similar work for within the past two (2) years. Quoter must have an acceptable record of past performance. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. CERTIFICATIONS: Completed certifications (FAR 52.212.-3) that are included in he ORCA web site (https://orca.bpn.gov/); In order to receive an award you must be registered in the Central Contractor Registration data base at www.ccr.gov unless and exception applies. All responsible sources may submit a quotation which shall be considered by the Department. Offerors shall state their standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to New Jersey. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment Juba, Southern Sudan without repacking or incurring damage during shipment and handling. Prices should be FOB destination New Jersey. Award will be made based on lowest priced, technically acceptable. Point of Contact is Brian Schoellkopf; email: SchoellkopfBJ@state.gov. This RFQ closes at 1600 hours ET, June 20, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6ed9db1be0646dba6fb3b9a726785fe&tab=core&_cview=1)
 
Document(s)
Clauses
 
File Name: Clauses (Clauses.doc)
Link: https://www.fbo.gov//utils/view?id=2ce2b406c29404ab1889696df8c8f74f
Bytes: 103.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US Consulate Juba, Sudan, Sudan
 
Record
SN01595468-W 20080619/080617222756-f6ed9db1be0646dba6fb3b9a726785fe (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.