Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

54 -- Request for Quote- Guard Booths and Pre-engineered canopies

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component 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
W9124R-08-T-1106
 
Response Due
9/19/2008
 
Archive Date
11/18/2008
 
Point of Contact
Edgar Angulo, (928)328-6172<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-08-T-1106 Response Date: 19 September 2008, Noon MST This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items 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. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Effective 12 June 2008 and Defense Federal Acquisition Regulation (D FAR) current to DCN 20080812. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html The proposal shall consist of the following Contract Line Item Numbers (CLINs): 0001, Quantity: 4, Unit of Issue: Each, Description: 20x40 Pre-Engineered canopies, Shelters Direct Part #20X40-ST-CANOPY-39424-09, CLIN 0002, Quantity: 2, Unit of Issue: Each, Description: 8x10 Steel Classic Styleguard Booths, Shelters Direct Part#8X10-HG-CS-ST-GB-BL-01GS, CLIN 0003: Quantity: 8, Unit of Issue: Each, Description Shelters Direct Part #B-2FLOOD-LIGHT-SB, Exterior mounted two bulb spot light fixture with on/off switch inside building. See website http://www.yuma.army.mil/contracting/index.html for specifications. All quotes shall include shipping costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. If you provide a quotation for other than the Brand Name specified you must provide technical information and other documentation as identified in the specifications about the product you propose so that a technical determination can be made in the review process. Per FAR 52.212-2 the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. Failure to provide the evidence of any equivalent product may result in your proposal being excluded from consideration for award. All proposals shall be clearly marked with Request for quote number W9124R-08-T-1106 and emailed to the POC listed below or sent by facsimile to 928-328-6849 no later than 19 September 2008, 12:00 PM Mountain Standard Time (MST). Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided guard booths and canopies. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of project to include price. 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 (Jun 2008). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at h ttp://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (June 2008) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005 ) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007). FAR 52.211-16 Brand Name or Equal (Aug 1999). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (June 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), 52.219-28 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 (Aug 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.22-35 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), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) and 52.247-34 FOB Destination (Nov 1991). 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 52.203-3 Gratuities (Apr 1984), 252.211-7003 Item Identification and Valuation (Aug 2008), 252.225-7001 Buy American Act and Balance of Payments Program (June 2005), 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008), 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.243-7002 Request for Equitable Adjustment (Mar 2008), 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 listed below or facsimile (928) 328-6849 for notification of amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=298b143c489e2e421cbcfc8278a3be2e&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01673835-W 20080919/080917222208-298b143c489e2e421cbcfc8278a3be2e (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.