Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

81 -- ISO certified 20' shipping containers

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-9216-0002
 
Archive Date
9/17/2009
 
Point of Contact
Diane N. Johnson, Phone: 8014324094
 
E-Mail Address
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation W67K2S-9216-0002 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as 100% Small Business Set-Aside, the North American Industry Classifications System Code (NAICS) is 423840 and the size standard is 100 employees. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following: (1) Thirty (30) each ISO Certified New or One-Trip Condition Steel Shipping Containers. Minimum size 20' x 8' x 8'6"; to include double locking doors on one end and water tight fork lift pockets. Containers shall be fabricated out of 14-gauge steel; container frames made from 6-8 gauge steel; 1" hardwood treated floors; water tight; good door seals; no major dents; color: grey, to include sealant to prevent rust. (2) Nine (9) each ISO Certified New or One-Trip Condition Steel Shipping Container. Minimum size 20' x 8' x 8'6"; to include double locking doors on both ends and water tight fork lift pockets. Containers shall be fabricated out of 14-gauge steel; container frames made from 6-8 gauge steel; 1" hardwood treated floor; water tight; good door seals; no major dents; color: gray, to include sealant to prevent rust. Containers shall be delivered to Camp Williams, Utah 84065-4999. Include shipping charges with your bid. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (3) FAR 52.204-7 Central Contractor Registration; (4) FAR 52.212-1 Instructions to Offerors - Commercial Items; (5) FAR 52.212-2 Evaluation - Commercial Items; (6) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I; (7) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (8) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government ALT I; (b) FAR 52.219-6 Notice of Total Small Business Set-Aside; (c) FAR 52.219-14 Limitations on Subcontracting; (d) FAR 52.219-28 Post Award Small Business Program Representation; (e) FAR 52.222-3 Convict Labor; (f) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (g) FAR 52.222-21 Prohibition of Segregated Facilities; (h) FAR 52.222-26 Equal Opportunity; (i) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (j) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (k) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; (l) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (m) FAR 52.222-50 Combating Trafficking in Persons; (n) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (o) FAR 52.232-33 Payment by Electronic Funds Transfer- Center Contractor Registration; (p) FAR 52.232-36 Payment by Third Party; (q) FAR 52.233-3 Protest After Award; (r) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (9) FAR 52.222-25 Affirmative Action Compliance; (10) FAR 52.233-2 Service of Protest; (11) FAR 52.252-2 Clauses Incorporated by Reference; (12) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (13) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (14) DFARS 252.211-7003 Item Identification and Valuation; (15) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (16) 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 Electronic Submission of Payment Requests; (b) DFARS 252.243-7002 Requests for Equitable Adjustment; (c) DFARS 252.247-7023 Transportation of Supplies by Sea; (17) DFARS 252.232-7010 Levies on Contract Payments. PREFERRED PAYMENT METHOD: Preferred payment is credit card, please verify whether your company accepts credit cards and state if there will be any additional charges. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to provide a quality product that meets the Government's needs; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. Include three references with your bid from Companies previously contracted with who will attest to past performance capabilities. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. In addition to the completion in ORCA, if the offeror is proposing items manufactured from other than the United States, they shall state the "Country of origin" with their offer. Offers shall be received NLT 4:30 P.M. MST on September 2, 2009. Offers may be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2S-9216-0002/listing.html)
 
Place of Performance
Address: Camp Williams Training Site, 17800 South Redwood Road, Riverton, Utah, 84065-4999, United States
Zip Code: 84065-4999
 
Record
SN01926710-W 20090828/090826235722-db295005349da2680d77311e8c30fd96 (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.