Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

54 -- Relocate Prefabricated Fabric Tensioned Structures

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 120 FW (MT ANG LGCX), MONTANA AIR NATIONAL GUARD, 120 FW (MT ANG LGCX), Montana Air National Guard, 2800 Airport Avenue B, Great Falls, MT 59404-5570
 
ZIP Code
59404-5570
 
Solicitation Number
W9124V09T0003
 
Response Due
5/1/2009
 
Archive Date
6/30/2009
 
Point of Contact
Ruth Mortag, (406) 791-0457<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The 120th Fighter Wing, Great Falls, MT has a requirement to relocate prefabricated fabric tensioned structures from Bridgeton, MO to Great Falls, MT including disassemble, assemble and installation to its original configuration in accordance with the attached Performance Work Statement (PWS). Award will be made in accordance with FAR Part 12 using Simplified Acquisitions Procedures (SAP). 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number: W9124V-09-T-0003 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32, Effective 31 March 2009 and DFARS Current to DCN 20090115 Edition. This requirement is a 100% SMALL BUSINESS set-aside acquisition. NAICS Code - 332311. Size standards are 500 employees. Standard Industrial Classification (SIC) 3448 applies to the procurement. This RFQ has Three (3) line items. A Firm Fixed Price (FFP) type purchase order is anticipated. Item 0001, Dissassemble five (5) each Big Top Shelters currently located at 131FW, 10800 Lambert International Boulevard, Bridgeton, Missouri 63044-2371 Item 0002, Relocate five (5) each Big Top Shelters from 131FW, 10800 Lambert International Boulevard, Bridgeton, Missouri 63044-2371 to 120FW, 2800 Airport Avenue B, Great Falls, MT 59404-5570 Item 0003 Reassemble four (4) each Big Top Shelters at 120FW, 2800 Airport Avenue B, Great Falls, MT 59404-5570 and place the final unassembled Sun Shade in a to be determined location at the 120th FW. The following clauses and provisions are applicable to this solicitation and can be viewed via FAR Site http://farsite.hill.af.mil: FAR 52.212-1, Instruction to Offerors-Commercial Items, Commercial (Jun 2008); FAR 52.212-2 Evaluation--Commercial Items (Jan 1999); FAR 52.212-2, Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Feb 2009) Alternate I (Apr 2002); FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) with fill-in text; FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) with fill-in text. In accordance with FAR clause 52.212-2, Evaluation Commercial Items, evaluation will be based on the overall best value for the government. Offers will be evaluated using the following evaluation factors, technically acceptable, price, past performance and small disadvantaged business participation. Technical and past performance, when combined, are significantly more important when compared to price. The contract will be awarded to the responsible offeror whose offer is the most advantageous to the government. The following factors shall be used to evaluate offers: (i) Technical capability of the service offered to meet the Government requirement Offerors shall provide written evidence of capability to perform the work required by the attached Performance Work Statement (PWS). Technical capability shall not exceed five (5) pages but shall show the Contractor to be proficient in the construction of fabric tensioned shelter and the ability of the Contractor to disassemble and re-install the Sun Shades and warrant the installation of same for proper anchorage, fabric tensioning, and repair of damaged parts during disassembly and or assembly. (ii) Price Proposals shall be evaluated to determine price fair and reasonableness. (iii) Past Performance Contractor is to submit past performance information for three (3) recent and relevant orders dated within the past three (3) years where the disassembly, relocation and reassembly of fabric tensioned shelters were provided. The reference list shall include, as a minimum: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address and Telephone Number of Contracting Officer and Quality Assurance Evaluator/Project Manager. Relevant performance of work includes the performance of work effort that is similar or greater in scope and magnitude. The purpose of the past performance evaluation is to allow the Government to assess the offerors ability to perform the effort described in this solicitation based on the offerors demonstrated present and past performance. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror does not demonstrate the technical capability and past performance to complete the requirement. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. The following clauses are applicable to this acquisition. FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007); FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); FAR 52.212-1 Instructions to Offerors--Commercial Items (Jun 2008); FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Mar 2009); FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Mar 2009) (Deviation); FAR 52.219-1 Small Business Program Representations (May 2004) - Alternate I (Apr 2002); FAR 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007); FAR 52.219-6 Notice Of Total Small Business Set-Aside (Jun 2003); FAR 52.222-21 Prohibition Of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action For Workers With Disabilities (Jun 1998); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.223-5 Pollution Prevention and Right-to-Know Information (Aug 2003); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004); FAR 52.237-1 Site Visit (Apr 1984); FAR 52.247-34 F.O.B. Destination (Nov 1991); FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998) with fill-in text.; FAR 52.252-6 Authorized Deviations In Clauses (Apr 1984) with fill-in text.; FAR 52.253-1 Computer Generated Forms (Jan 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); DFARS 252.204-7003 Control Of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007); DFARS 252.204-7006 Billing Instructions (Oct 2005); DFARS 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation); DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials (Apr 1993); DFARS 252.225-7001 Buy American Act And Balance Of Payments Program (Jan 2009); DFARS 252.225-7002 Qualifying Country Sources As Subcontractors (Apr 2003); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation Of Supplies By Sea (May 2002) Alternate III (May 2002) **SPECIAL REMARKS** Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov, NO EXCEPTIONS. Please indicate the ability to accept the Government Purchase Card when submitting an offer. For information regarding this solicitation, contact MSgt Ruth Mortag, ruth.mortag@mtgrea.ang.af.mil or 406-791-0457. Quotes are due no later than 1:00 PM, MST on Friday, 1 May 2009. No special format or form is required for your quote. Award is anticipated on 5 May 2009. Period of Performance shall begin 15 29 May 2009, unless otherwise negotiated.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d40809e8c77c2d50459c35f542d97a29&tab=core&_cview=1)
 
Place of Performance
Address: 120 FW (MT ANG LGCX) Montana Air National Guard, 2800 Airport Avenue B Great Falls MT<br />
Zip Code: 59404-5570<br />
 
Record
SN01796551-W 20090419/090417221442-d40809e8c77c2d50459c35f542d97a29 (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.