Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

54 -- KAF Golf Hangers

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, ARCENT, KANDAHAR REGIONAL CONTRACTING CENTER, OPERATION ENDURING FREEDOM, KANDAHAR AIRPORT, KANDAHAR,
 
ZIP Code
00000
 
Solicitation Number
W91B4L-09-Q-0061
 
Point of Contact
Adam Heim,, Phone: 318-841-1248
 
E-Mail Address
adam.heim@swa.army.mil
 
Small Business Set-Aside
N/A
 
Description
KAF Golf Hangers Combined Synopsis/Solicitation General Information Document Type: Combined Synopsis/Solicitation Solicitation Number:W91B4L-09-Q-0061 Posted Date:8 April 2009 Original Response Date:14 April 2009 Current Response Date:14 April 2009 Original Archive Date: Current Archive Date: Classification Code: Set Aside:N/A NAICS Code:332311 —Prefabricated Metal Building and Component Manufacturing Kandahar Airfield’s (KAF) Regional Contracting Center transmitted this requirement as a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR)—Subparts 12.6, 13.1 as supplemented by information included in this publication. Prospective offeror’s are advised to forward proposals in response to this announcement. The solicitation number assigned to this Request for Quotation (RFQ) is W91B4L-09-Q-0061. Provisions and clauses incorporated in this solicitation are those in effect under the authority of the FAR, DFARS and applicable agency regulations. The North American Industry Classification System code is 332311 —Prefabricated Metal Building and Component Manufacturing on KAF, contract will be acquired utilizing commercial item procedures. Basis for award is best value (refer FAR—Parts 12, and 13). Description: Four (4) individual 90’ wide X 125’ long X 30’ tall, deployable, modular shelter systems, each with one full width aircraft door and one flat gable end wall. Shelters are required to store and maintain aircraft and protect those items from the outside elements. Shelter Requirements: - Doors: Each shelter shall have one (1) full-width, aircraft hangar door with an electrically operated winch equipped with a limit switch, one (1) gable end with 15’ wide X 12’ high cargo door, and two (2) personnel access doors 3’ wide X 7’ high - Hangars shall be all-weather tested and be able to sustain 100 mph wind gusts - Shelter must support a 20 PSF snow load - No center pole support - Fabric: 24 oz/square yard, PVC coated polyester, tension fabric - Include all concrete anchors and anchor pins - Maximize sidewall design to provide storage outside the clearance areas - Shelter must be capable to be setup on dirt, asphalt, or concrete Electrical Requirements: -Standard lighting system, power panels, winch with limit switch, and ventilation fans, with plug and play capability (all 60Hz/110v). Includes at least two ventilation fans, nine High Pressure Sodium high bay lights, ten 110-volt duplex outlets for even distribution throughout the hangar sides, one electrical distribution panel with a main breaker and individual circuit breakers for supplied equipment, and one electrical grounding kit. Installation Requirements: -Provide one (1) copy of installation manual for each shelter -Provide specifications for anchoring to concrete pad within 3 calendar after receipt of award via e-mail -Must be capable of being erected from the ground without special tools/equipment (cranes) unless pre-identified and/or provided due to harsh field conditions with limited access to equipment -Erection shall take 10 untrained workers no more than 72 hours; using standard tools -Shelter shall be readily disassembled, repacked, and easily relocated PRICED CLIN and DELIVERY SCHEDULE: 0001 – 4 Shelters per the specifications listed above. Delivery Options: (OPTION) 1001 - 4 shelter kits delivered to Dover AFB, Delaware within 5 weeks of award shipped in 20’ ISO containers. (OPTION) 1002 - 4 shelter kits delivered to Doha International Airport, Qatar within 5 weeks of award via commercial air freight, packaged for military transport to KAF shipped in 20’ ISO containers. The Contractor shall be responsible for transportation from Doha International Airport to Al Udeid AB, Qatar. (OPTION) 1003 – 1 shelter kit delivered to Dover AFB, Delaware within 3 weeks of award and the remaining 3 shelter kits delivered to Dover AFB, Delaware within 5 weeks of award shipped in 20’ ISO containers. (OPTION) 1004 – 1 shelter kit delivered to Doha International Airport, Qatar within 3 weeks of award and the remaining 3 shelter kits delivered to Doha International Airport, Qatar within 5 weeks of award via commercial air freight shipped in 20’ ISO containers. The Contractor shall be responsible for transportation from Doha International Airport to Al Udeid AB, Qatar. Solicitation Provisions: FAR provisions applicable to this acquisition: FAR 52.212-1—Instructions to Offeror’s Commercial Items. Offers submitted in response to this RFQ shall contain the following information: (a) RFQ number (W91B4L-09-Q-0061); (b) time specified for receipt of offers, (c) Offeror’s contact information (Concern’s name, address, telephone number); (d) terms of any express warranty; (e) any discount terms; and, (f) acknowledgement of all solicitation amendments (if applicable); (g) Completed price schedule. Offeror’s shall submit two packages with their proposal, Package one (1) shall be Price; Package two (2) shall contain non-Price factors that supplements their respective price proposal. Non-price factors prospective offeror’s shall address/include any information that the offeror believes will positively distinguish their firm as a superior performer (relative to any particular competing proposal) including delivery terms, erection procedures, installation timelines, and technical solution.. Non-price submission’s are limited to ten (10) pages, and shall address possible evaluation factors listed below in 52.212-2—Evaluation Commercial Item. Offeror’s shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. 52.233-2—Service of Protest ((a) KAF RCC Chief, phone number (0) 700-304-462, Bldg #232 Kandahar Airfield, Kandahar Province, Afghanistan or Attn: KAF RCC Chief at kandahar411@gmail.com or Kandahar411@yahoo.com ); 52.252-1— Solicitation Provisions Incorporated by Reference; DFARS: 252.209-7001—Disclosure of Ownership or Control by the Government of a Terrorist Country;. Period of Acceptance: Responsive offeror’s agree (by submitting) to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Proposals received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with 52.212-1(f). Evaluation/Award: Provision at 52.212-2—Evaluation, Commercial Items applies to this acquisition. (a) Award (offer) will be made in accordance with simplified acquisition procedures established in FAR 13.106-2 as authorized by FAR 13.5, to the responsive entity whose evaluated offer or quote represents the best value, price and other factors considered. Factors evaluated may include: Delivery terms, erection procedures, installation timelines, and technical solution. Best-value analysis: In determining the best value to the Government, a price/quality trade-off may be made, if deemed necessary. Award may be made to other than the lowest priced offeror. (b) Price will be evaluated based on the “total evaluated price”; CLIN 0001 plus delivery options 1001 through 1004. Non-submittal of one or more delivery options shall not exclude an offeror from award. (c) The government intends to make award to the responsive firm without discussions; prospective offeror’s are advised to submit their firm’s best offer prior to proposal closing date; however, this does not preclude the government from conducting discussions if it is in the best interest of the government to do so. Clauses: FAR and DFARS, clauses incorporated by reference. 52.209-6—Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4—Contract Terms and Conditions, Commercial Items; 52.212-5—Contract Terms and Conditions Required to Implement Statutes or Executive Orders (inclusive of (b) 1, 17, 18, 19, 24, 31. and 37) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (inclusive of (b) 1, 20, 39) 52.229-6—Taxes—Foreign Fixed Price Contracts; 252.204-7000—Disclosure of Information; 252.209.7004—Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.212-7001—Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (52.203-3 (b) 1, 10, 18, 21 and 22) 252.232-7008—Assignment of Claims (Overseas), precedes 52.212-4(s); 252.233-7001—Choice if Law (Overseas). 252.232-7010—Levies on Contract Payments 252.233-7001 —Choice of Law (Overseas) 252.225-7021, Trade Agreements 952.232-0003, JCC-I/A Wide Area Workflow Instructions (A copy of the instructions will be provided to the Awardee) Reps/Certs: 52.212-3 Offerors Representations and Certifications-Commercial Items 52.212-3, Offerors Representations and Certifications-Commercial Items Alternate I 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.209-7001—Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7020, Trade Agreements Certificate Special Requirements: Electronic mail Proposals will be accepted. NOTE: ALL US GOVERNMENT OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offeror’s shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Offers are due 1500, local, 14 April 2009. Submissions may be transmitted via e-mail adam.heim@swa.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a89539e2f783a27e3b63bbe9ad4339a&tab=core&_cview=1)
 
Place of Performance
Address: Kandahar Airfield, Afghanistan, Afghanistan
 
Record
SN01789080-W 20090410/090408221523-2a89539e2f783a27e3b63bbe9ad4339a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.