Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

83 -- GSA Vendors. Temporary Shelter.

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ09T0906
 
Response Due
8/19/2009
 
Archive Date
10/18/2009
 
Point of Contact
Tammie Adair, 907-384-7104<br />
 
E-Mail Address
ACA, Fort Richardson
(tammie.adair@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. (ii) This synopsis solicitation number is W912CZ09T0906. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular. (iv) The applicable NAICS is 624221. (v) This synopsis solicitation contains (7) line items. Quotes are being sought from GSA Vendors Only. This is an expedited delivery requirement. Shipping must be FOB destination Fort Richardson, Alaska 99505-6500. (vii) Delivery location: Fort Richardson Alaska 99505-6500. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before August 21, 2009. CLIN0001: Qty 2 -Boot Connector Side to End, BASE-X or equal, Part#61B003 Color: White. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009.. CLIN0002 Qty 5 -Light Kit with Case, BASE-X or equal, Part # 69EL001, Sets of 2. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009. CLIN0003 Qty 19 -Tables with folding legs, BASE-X or equal, Part#40C2TBL001 C2, Folding legs, 5x24, Color: Black, set of 2 in Bag. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009. CLIN0004 Qty 38 -Smart Bag. BASE-X or equal. Part#65CABP12BK C2 5 W/36 L. 12 outlet powerstrip, Color: Black. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009.. CLIN0005 Qty 15 -Chair. BASE-X or equal, Part#40C2CH4001 C2, Folding chari, Color Black, (Set of 4) in Bag. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009. CLIN0006 Qty 1 -C2 System Components (S6). BASE-X or equal, Part # 40C2CUSYS, Additional S6 Cables and Hardware. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009.. CLIN0007 Qty 1 -C2 System Components PA System. BASE-X or equal, Part #40C2CUSYS-Audio. All items to be delivered FOB Ft. Richardson, Alaska 99505 on or before August 21, 2009. *GSA Vendor. Please include your current CCR information to include your Cage Code, Duns, GSA Contract#, Items Specs/Pictures and expected delivery date with your quote. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically acceptable, delivery time, price, and past performance. Complete Delivery, FOB Destination, Fort Richardson, Alaska 99505-6500 on or before 21 August 2009. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Addendum to 52.212.-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders---Commercial Items. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ; FAR 52.214-21 Descriptive Literature; FAR 52.204-7 (ALT 1) Central Contractor Registration; FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature; FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms; DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; FAR 252.211-7003 Item Identification and Valuation; FAR 252.225-7001 -- Buy American Act and Balance of Payments Program; FAR 252.225-7002 Qualifying Country Sources As Subcontractors; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity ; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 6:00 AM, Alaska Time, 19 August 2009 via email tammie.adair@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. Faxed copies of quotes will not be considered. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via e-mail: tammie.adair@us.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachment will be discarded without being read.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/W912CZ09T0906/listing.html)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd Foor Fort Richardson AK<br />
Zip Code: 99505-0525<br />
 
Record
SN01913607-W 20090819/090817235807-07bd9a1475e7943dfb17ed5d24f63e3d (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.