Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

54 -- The previous solicitation W911RZ-08T-0245 has been cancelled due to additional government specifications. This is a new solicitation in regards to Non live-fire urban training buildings.

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0338
 
Response Due
9/9/2008
 
Archive Date
11/8/2008
 
Point of Contact
George Nasif, 719 526-3649<br />
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0245 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, effective 22 April 2008. The North American Industrial Classification System (NAICS) number is 332311 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% Small Business LINE ITEM/DESCRIPTION: Non-fire Modular Urban Training Buildings, wood finish inside and wood floors and Tan Paint on the outside. Shipping doors are welded shut. These are standard 20ft or 40ft shipping containers converted into modular buildings. All windows will be open with wood frames covering any exposed metal. All internal walls of the buildings must be wood. These include the outer walls that are the inside of the metal container. Clin 0001 Single Unit, Non Live Fire Urban Training Environment Description: 40L X 8W, Reconfigurable, mobile, modular training site designed for non-live fire urban training 2 windows and door on the front of structure. Two windows and doors on back of structure. 1, wall approximately 1/3 way inside building and 2/3 way inside building on opposite sides. 6 each 3 delivered to Training Area 4 3 delivered to Range 160-CACTF Color Tan Clin 0002 Double Unit, Non Live Fire Urban Training Environment Description: 40L X 16W Reconfigurable, mobile, modular training site designed for non live fire urban training. 1 door (right side front) and 2 windows on the front and back of building, 1 door left side back(as looking at it from the front). On opposite side if shipping doors (left side of building), 1 window towards front of building. 1 room with wall facing interior on left side of building. 1 room back left side of building with 1 internal door (outside door opens into this room) 1 room in back right side with a door that opens into interior. 4 each 2 delivered to Training Area 4 2 delivered to Range 160-CACTF Color Tan Clin 0003 Two-Story, Non Live Fire Urban Training Environment Description: 40L X 16W, Reconfigurable, mobile, modular training site designed for non live fire urban training. This building will require 3- 40ft shipping containers. Bottom front has 1 door on left side with two windows in front. Back side has 1 door on right side (as looking at it from the front) with two windows. The top shipping container is attached directly to the top of the back container. Top has one door facing to the front with one window in front. Two windows in the back. The front top will have a railing that connects from the left side of top to the front of the top of the front container, all the way to the right side of the top shipping container. This allows for personnel to acces the roof of the top front container with the railing preventing falls. Internal specifications include 1 room in the back left with a door that opens internally. 1 room at the right front with a door that opens internally on the left wall. A stair well that goes up from the first floor to the second floor. This stair well is located on the back side of the front internal room that is on the right. Top floor has a room that is approximately in the center of the top with a door the opens up towards the stairs. 2 each 1 delivered to Training Area 4 1 delivered to Range 160 - CACTF Color Tan Clin 0004 One Story Marketplace style, Non Live Fire Urban Training Environment Description: 40L X 8W, Reconfigurable, mobile, modular training site designed for non live fire urban training. There will be two roll-up like garage door types on both the left and right side of the front of the building. Each door will open up to its own room. There will be a door and window in the front of the building in the center of the front. If you walk into this room you can not enter the other two rooms that are accessed by the garage doors. On the two room with the front as garage doors there will be 1 regular door on the back of the room at the outside corner of those two rooms. 6 each 2 delivered to Training Area 4 4 delivered to Range 160-CACTF Color Tan The building style is designed to replicate a marketplace, the openings are garage type doors. The doors can be 5X6ft-8 inches as proposed but must open & close, I intended a roll up type door, much like those of common storage units. Clin 0005 Single Unit, Non-live fire urban training environment Description: 20L X 8W, Reconfigurable, mobile, modular training site designed for non live fire urban training. The front of the building has one door on the left side and one window on the right ( as if you are looking at it). One window on each side of the building. Nothing in the back. 6 each 3 delivered to Training Area 4 3 delivered to Range 160-CACTF Color Tan Clin 0006 Double Unit, Single Story Non-Live Fire training environment Description: 20L X 16W, Reconfigurable, mobile, modular training site designed for non live fire urban training. Front of building (as you are looking at it) Door on right side, window on left with a door frame on left rear of first contaner allowing access to second container with a waist high wall set perpindicular on the righ side of the internal doorway approximately way into the room. Back side 1 door on the left rear, 1 window on the right rear, and 1 window on the left back. 3 each 2 delivered to Training Area 4 1 delivered to Range 160-CACTF Color Tan Clin 0008: Shipping and installation to FT Carson CO. Pictures of these buildings are available upon request. Delivery is required 30 Days after Receipt of Order These products must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) In addition, in accordance with FAR Part 19.001, these products must be in compliant with the nonmanufacturer rule, which means: that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed part numbers meets the salient physical, functional, or performance characteristics. Contractors that are bidding an or equal shall include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer in order to verify the equivalency of the quoted products. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be considered technically acceptable. Award of the purchase order will be made to the technically acceptable offer with the lowest evaluated price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004), 52.219-28 Post-Award Small Business Program Representation, 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-19, Child Labor (Jan 2006), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 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 (Dec 2001), 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332), 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts). 252.211-7003 Item Identification and Valuation (JUN 2005). 52.225-13 Restrictions on Certain Foriegn Purchases (JUN 2008) Offers must be received NLT 3:00 PM Mountain Standard Time, 09 September 2008, at ACA NR, Directorate of Contracting, ATTN: MAJ George Nasif, SFCA NR CR, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers must include technical specifications with either pictures and/or drawings both internally and externally. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. For pictures of exact Items please contact me. Please submit any questions and/or quotes via e-mail to the george.nasif@conus.army.mil phone 719 526-3649 or fax TO: MAJ George Nasif, Contracting Officer (719) 526-5333. (End of Text)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2cba3e360ac69eee97be34bb6e93efc&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01660671-W 20080907/080905221028-f2cba3e360ac69eee97be34bb6e93efc (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.