Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

34 -- REPLACE BLAST BOOTH FLOOR IN BUILDING 1C BAY 4 BLAST BOOTH AT TOBYHANNA ARMY DEPOT, TOBYHANNA PA.

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-10-R-0029
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
JANE ALLARDYCE, (570)615-7645
 
E-Mail Address
Tobyhanna Depot Contracting Office (CECOM-CC)
(jane.allardyce@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-39. NAICS code is 332312, criteria of 500 Employees. Request for Proposal (RFP) number W25G1V-10-R-0029 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. This action is pursued as a 100% set-aside for Small Business. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna PA, has a requirement to procure the replacement of the blast booth floor in the Building 1C, Bay 4, blast booth to include all labor, material, hardware, engineering design, fabrication, material removal, labor, supervision, and freight to provide a turn-key installation of the system. Delivery is FOB Destination, Tobyhanna Army Depot. The system will meet the requirements of the Statement of Work provided at Attachment 1. PROPOSAL SUBMISSION. The pricing shall be filled out as follows: CLIN 0001: $_____________ Provide all supervision, equipment, materials, hardware, engineering/design, fabrication, freight, material removal and labor necessary for a turn-key floor replacement within Blast Booth #AT215 located in Building 1C, Bay 4, at Tobyhanna Army Depot, Tobyhanna PA. Installation shall be completed within 60 days after receipt of contract. The blast booth shutdown to allow for complete installation shall be a maximum of six (6) days. All work to be performed in one mobilization. Work may be performed during regular duty hours of 0700 to 1630. SITE VISIT: It is strongly suggested potential offerors view the site to verify dimensions and to discuss and understand the scope of work for this project. A site visit is scheduled for 20 APR 2010 at 1:00 P.M. Attendees will meet in Bldg 20, Security, at the time and date specified above. Contracting Officer Representative (COR) for Site Visit is Chris Hons, 570/615-6729.. TECHNICAL/PAST PERFORMANCE: Offeror shall provide a drawing/sketch with proposal for technical review. Offeror shall also provide a description of the planned method for removal and installation of the blast booth floor demonstrating adherence to the specifications and address the proposed delivery schedule. Past performance information shall also be provided pertaining to three examples of same or similar systems of equal value provided and installed within the past three (3) years to include customer name, phone number/e-mail, dollar value of contract and required/actual delivery. PROPOSAL REQUIREMENTS: Pricing must be provided for all CLINs. To receive an award, the company must be registered in the Central Contractor Registration (CCR) https://www.bpn.gov/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5, Certification Regarding Responsibility Matters, FAR 52.212-3 ALT I (Offeror Representations and Certifications Commercial Items), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/; or http://www.arnet.gov. Supporting documentation must be submitted in order for your offer to be considered. See Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance. It is recommended the completed SF1449 be faxed (570/615-7525) or a signed, scanned SF1449 can be sent electronically to jane.allardyce@us.army.mil. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local 26 APRIL 2010. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956, Wide Area Workflow System, which will be included in any resultant contract. TYAD Local Clauses are included at ATTACHMENT 2 of this combined synopsis/solicitation. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. APPLICABLE FAR CLAUSES: 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transaction; 52.209-6 Protecting The Governments Interest when Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors Commercial Items, With Addendum; 52.212-2 EVALUATION COMMERCIAL ITEMS fill in (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical evaluation will be pass/fail based on review of information submitted by offeror; Past Performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. Award may not necessarily be made to the firm who submits the lowest proposal. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful oferor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-4 Contract terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, which includes the following: (X) (b) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; 52.219-6, Notice of Total Small Business Set-Aside; 52.219.8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation 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, 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; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.223-15, Energy Efficiency in Energy Consuming Products. 52.215-5 Facsimile Proposals (FAX Number: 570/615-7525; 52.219-14 Limitation on Subcontracting; 52.219-22 Small Disadvantaged Business Status; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-11 Ozone-Depleting Substances; 52.225-13 Restrictions on Certain Foreign Purchases; 52.227-1 Authorization and Consent; 52.227-2 Notice and Assistance regarding Patent and Copyright Infringement; 52.228-5 InsuranceWork on a Government Installation, Liability: workers compensation $100,000, bodily injury $500,000 per occurrence, Automobile Liability insurance $200,000 per person and $500,000 per occurrence for Bodily Injury, $20,000 per occurrence for property damage; 52.229-4 Federal State and Local Taxes; 52.233-2 Service Protest; 52.233-3 Protest After Award; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy; 52.243-1 ChangesFixed Price; 52.246-2 Inspection of Supplies; 52.246-4 Inspection of Services; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated Reference; 52.252-2 Clauses Incorporated by Reference APPLICABLE DFARS CLAUSES: 252.201-7000 Contracting Officers Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation 252.211-7007 Item Unique Identification of Government Property 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executie Orders Applicable to Defense Acquisitions of Commercial Items, (X) 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7001 Buy American Act And Balance of Payments Program; 252.227-7015 Technical DataCommercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material and Receiving Reports
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e596ab31fcda894e3c54df0270e90844)
 
Place of Performance
Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02119718-W 20100414/100412235145-e596ab31fcda894e3c54df0270e90844 (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.