Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

81 -- Metal Restroom Containers

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
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
W44XGL-8211-3004
 
Response Due
9/17/2008
 
Archive Date
11/16/2008
 
Point of Contact
KAREN WARNER, 580-442-4315<br />
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASS CODE: 8145 OFFICE ADDRESS: Mission and Installation Contracting Command Enterprise Installation Operations Directorate of Contracting 2418 NW Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W44XGL-8211-3004 Technical Questions: 8 September 2008, 4:00 PM CST Response Date: 17 September 2008, 12:00 PM CST 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. This Solicitation W44XGL-8211-3004 is a Request for Quote (RFQ) for Metal Restroom Containers, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 June 2008. The North American Industrial Classification System (NAICS) number is 332439 and the business size standard is 500 Employees. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. The following shall be delivered to Contingency Operations Locations(COL) Moway, Fort Sill, Oklahoma. Please provide quote in spaces provided below: Description: Metal Restroom Containers, please see specifications below: 0001: (4) Mens Restroom Containers: unit price ____________ x 4 Each = extended price ___________. 0002: (2) Womens Restroom Containers: unit price ____________ x 2 Each = extended price ____________. Restroom Specification: Mens Restroom Containers: ALL MATERIALS SHALL BE NEW * 8 ft x 20 ft Metal Containers, Insulated with Electrical Conversion Unit (ECU). * 4 Flush Toilet Metal Stalls with Doors, Porcelain Toilets, and Toilet Paper Holder. Stalls shall be 3ft deep by 4ft wide. * 2 Porcelain Urinals with metal dividers. * 2 Porcelain Sinks. * All fixtures shall be Porcelain. * 1/8 inch Tile on Floor (Tan in Color). * Interior Ceiling and Walls shall be covered with Fire Resistant Plastic (FRP) (White in Color). * All interior surfaces shall be White in Color. * HVAC 12K (BTU). * 125 AMP Service. * Exterior Surface shall be painted Desert Sand Color. * The Conex shall have 2 Electric On- Demand Water Heater. * The Exterior door shall be steel. Womens Restroom Containers: * 8 ft x 20 ft Metal Containers, Insulated with Electrical Conversion Unit (ECU). * 5 Flush Toilet Metal Stalls with Doors, Porcelain Toilets, and Toilet Paper Holder. Stalls shall be 3ft deep by 4ft wide. * 2 Porcelain Sinks. * All fixtures shall be Porcelain. * 1/8 inch Tile on Floor (Tan in Color). * Interior Ceiling and Walls shall be covered with Fire Resistant Plastic (FRP) (White in Color). * All interior surfaces shall be White in Color. * HVAC 12K. (BTU) * 125 AMP Service. * Exterior Surface shall be painted Desert Sand Color. * The Conex shall have 2 Electric On- Demand Water Heater. * The Exterior door shall be steel. ** Contractor shall hook-up all metal containers to the existing water and sewer lines (max 200Ft) at COL Moway, located at Fort Sill, Oklahoma. Completion Date: Requested completion date is 30 September 2008. Quote should reflect FOB: Destination Proposals shall be submitted with specifications of the material that you will be providing. All Proposals shall be clearly marked with RFQ number W44XGL-8211-3004 and emailed to the POC list below or faxed to 580-442-8014, no later than 12:00 PM, CST, 17 September 2008. Deadline for technical questions is 4:00 PM, CST, 8 September 2008 Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Karen Warner by phone/fax/email if you have any questions/concerns. Phone: 580-442-4315/fax: 580-442-8014/email: karen.l.warner@us.army.mil The following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1, Instruction to Offeror(s) -- Commercial items, and FAR 52.212-4 Contract Terms and Conditions -Commercial Items, FAR 52.247-34, F.O.B. Destination The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are applicable to this acquisition: 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, 52.225-13, and 52.232-36. The following clauses are in incorporated with websites: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. The following DFARS clauses apply to this acquisition: 252.204-7004 ALT A, Required Central Contractor Registration, 252.211-7003 ALT I, Item Identification and Valuation, 252.232-7010, Levies on Contract Payments, 252.232-7003, Electronic Submission of Payment Request, 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7021, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023. The following FAR Provisions are applicable to this solicitation: 52.212-3, Offeror Representations and Certifications Commercial Items (June 2008); Offers shall complete and return with quote, offerors that fails to furnish required representations or technical information as required for this solicitation, may be excluded from consideration. Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 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). Contractual Authority No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. Evaluation and Award The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror 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 8.405-5(b) and/or FAR 13.106-2(b). Identification of Contractor Employees and Vehicles Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. Vehicle Registration and Identification The Contractor shall register Contractor-owned vehicles and shall require his employees to register privately-owned vehicles at Bldg 4700 Moway Road, Vehicle Registration Section, Room 231 in compliance with AR 190-5 and USAFACFS Supplement 1 to AR 190-5. Vehicle Registration Section requires each employee provide a letter of employment on Company letterhead at time of registration. Vehicles shall be registered within five working days after contract start date and within five working days when a new employee is hired after contract start date. Contractor-owned vehicles shall be identified with the firms name on both sides of the vehicle with lettering or identifying signs as outlined in AR 58-1. The Contractor shall remove employee vehicle-registration decal and contact the Vehicle Registration Section to cancel registration the same day an employee is no longer in the employ of the contractor and two working days prior to completion or termination of the Contract. The Contractor shall instruct his employees that they shall cancel registration of their POV within one working day following the sale or trade of a previously-registered vehicle. Conduct of Employees The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 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. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. Payments In accordance with FAR Clause 52.232-36 Payment By Third Party, incorporated into this contract by reference at paragraph (b) of 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. The invoice shall contain as a minimum the following: name and address of the Contractor; contract number; contract line item number(s) and description in the order shown on the schedule; quantity; unit of measure; unit price and extended price; and the name, title, phone number and e-mail address of the person to notify in the event of discrepancies. 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 & Address. 2. Contract/Purchase Order Number. 3. Description, price, and quantitiy of property or services actually provided. 4. Shipping & Payment Terms. 5. Complete Mailing Address. 6. Telephone Number & 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. Clarification Of This Solicitation Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Karen Warner at email: karen.l.warner@us.army.mil and Dennis D. Cochrane at email: dennis.d.cochrane@us.army.mil. Clarifications and/or questions are due by 4:00 PM, CST, 8 Sept 2008. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. 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. Interruption Of Government Processes If an emergency or unanticipated event interrupts normal Government processes so that quotations/proposals/bids cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. Notice Of Award A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27d18198e950ac70042719209ac63f54&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK<br />
Zip Code: 73503-0501<br />
 
Record
SN01656879-W 20080904/080902220540-27d18198e950ac70042719209ac63f54 (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.