Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

99 -- Gun Safes

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, MRPBS, ASD, Specialized Contracting Branch, 2150 Centre Avenue Building B, MS2E6, Fort Collins, Colorado, 80526, United States
 
ZIP Code
80526
 
Solicitation Number
AG-6395-S-09-0193
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206, Larry Nelson, Phone: 612-336-3225
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov, Larry.D.Nelson@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov, Larry.D.Nelson@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Gun Safes. (i) This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a total Small Business Set Aside. The NAICS code is 332999. The small business size standard is 500 employees or less. (iii) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), 3375 Koapaka Street, Suite H-420, Honolulu, HI 96819. (iv) The solicitation number for this effort is AG-6395-S-09-0193 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (vi) REQUIREMENTS AND QUANTITIES: Name brand or equal American Security gun safe, model AMSEC TF5924, This requirement consists of one (one) line item: CLIN 001- Forty Five (45) gun safes including delivery. The following are the specifications: Gun Safe Specifications: Quantity: 45 each Capacity: 16 firearms = 8 rifles, 8 pistols Fire resistant: Mercury Class 1 fire rating of 1200 degrees F for 30 minutes with interior temperature of <350 degrees Electronic keypad lock Door: 3-1/16" steel, 3-5/8" overall thickness Body: 14 gauge steel with fire insulating material Dimensions: 59-1/4H x 24W x 18D Interior: Single shelf upper, firearm rest midlevel Deadbolts: 8 bolts Anchor: 4 precut holes (floor) with mounting hardware Warranty: 1 year parts and labor Exterior color: Textured black Interior color: Mocha or tan fabric Vendor to drop ship to Hawaii State Office warehouse located at 3375 Koapaka Street, Ste H420, Honolulu, HI 96819. Receiving hours from 0800 to 1400. (viii) All work performance upon completion must be delivered FOB Destination to USDA APHIS WS, 3375 Koapaka Street, Ste H420, Honolulu, HI 96819. The offerors price must include shipping to the FOB destination. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical capability including quality of materials and Delivery Schedule. Technical/quality factors, Past Performance and Delivery Schedule together are roughly equal to Price, with Technical/quality being highest of the non-price factors, and Price being the highest factor. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:00 PM CST, September 14, 2009. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 01 which provides the total price for all work. 2) Signature of the offeror on the page which lists the price. 3) Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/MRPBS/AG-6395-S-09-0193/listing.html)
 
Place of Performance
Address: USDA APHIS WS, 3375 Koapaka Street, Ste H420, Honolulu, HI 96819., United States
 
Record
SN01945291-W 20090910/090909084325-80191bbffbcf2b5312989e57d5507cd9 (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.