Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOLICITATION NOTICE

83 -- Two Entrance Awnings, Including Installation at Fort Carson, CO

Notice Date
4/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0139
 
Response Due
4/30/2010
 
Archive Date
6/29/2010
 
Point of Contact
Jennifer Baker, 719-526-2682
 
E-Mail Address
Fort Carson DOC
(jen.d.baker@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 and 13.106, 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. Quotes shall reference solicitation number W911RZ-10-T-0139. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. Fort Carson intends to award a firm fixed-price contract for two entrance awnings, including installation. The associated North American Industrial Classification System (NAICS) code for this procurement is 314912 with a small business size standard of 500 employees. This requirement is a total Small Business set-aside and only qualified offerors may submit bids. The Contractor shall propose the following Contract Line Item Numbers (CLINS): Note: The contractor shall provide the manufacturers name, model number and detailed specifications of the item in their quote. CLIN 0001 Barrel Style Entrance Awning with Lettering & Logo(West Entrance), Qty: 1 Awning shall measure plus or minus 3 of the following dimensions: 96 wide x 36 tall x 486 projection. Canvas shall be 100% acrylic Sunbrella item #4643 Persian Green or equivalent. The words, Range Control shall be applied to the canvas using acrylic latex paint. The logo shall be applied to the face of the awning canvas using Sunbrella graphics system or equivalent. Lettering size shall be between 5 to 9 tall x proportional width. Logo and lettering layout shall be coordinated with customer, DPTMS, prior to printing awning canvas. Logo size shall be between 19 to 23 tall x proportional width. Potential bidders must submit an email request no later than 2:00 p.m. Mountain Time on 26 April 2010 to the Contract Specialist, Jennifer Baker, at jen.d.baker@us.army.mil in order to receive the Logo in PowerPoint format. Must include welded aluminum framework necessary for bracing and truss work for perimeter of awning frame. Aluminum framework must be 1 x 1 and 1 x 2. Steel Supports must be 2 square steel tubing x 14 gauge powder coated steel (color: black, 20% gloss). Total CLIN 0001 cost $ ____________ CLIN 0002 Installation of West Entrance Awning Qty: 1 Awning shall be installed at the west entrance of Building 9550, Ft Carson, CO The vendor shall be responsible for all tools, equipment, and supplies necessary to install the awning. Installation will require all necessary supports to be buried into the ground. Any dig permits will be coordinated through the customer, DPTMS. Total CLIN 0002 cost $ ____________ CLIN 0003 Barrel Style Entrance Awning with Lettering & Logo(West of Supply Entrance), Qty: 1 Awning shall measure plus or minus 3 of the following dimensions: 96 wide x 36 tall x 686 projection. Canvas shall be 100% acrylic Sunbrella item #4643 Persian Green or equivalent. The words, Safety Starts Here shall be applied to the canvas using acrylic latex paint. The logo shall be applied to the face of the awning canvas using Sunbrella graphics system or equivalent. Lettering size shall be between 5 to 9 tall x proportional width. Logo and lettering layout shall be coordinated with customer, DPTMS, prior to printing awning canvas. Logo size shall be between 19 to 23 tall x proportional width Potential bidders must submit an email request no later than 2:00 p.m. Mountain Time on 26 April 2010 to the Contract Specialist, Jennifer Baker, at jen.d.baker@us.army.mil in order to receive the Logo in PowerPoint format. Must include welded aluminum framework necessary for bracing and truss work for perimeter of awning frame. Aluminum framework must be 1 x 1 and 1 x 2. Steel Supports must be 2 square steel tubing x 14 gauge powder coated steel (color: black, 20% gloss). Total CLIN 0003 cost $ ____________ CLIN 0004 Awning Installation at Entrance West of Supply Entrance Qty: 1 Awning shall be installed at the entrance West of Supply Entrance of Building 9550, Ft Carson, CO. The vendor shall be responsible for all tools, equipment, and supplies necessary to install the awning. Installation will require all necessary supports to be buried into the ground. Any dig permits will be coordinated through the customer, DPTMS. Total CLIN 0004 cost $ ____________ Total Quoted Amount $ ________________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications Commercial Items) 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-8 (Utilization of Small Business Concerns) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of segregated facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-50 (Combat Trafficking in Persons) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) 52.247-34 (F.O.B Destination) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alternate I (Item Identification and Valuation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.225-7030 (Restriction on Acquisition of Carbon, Alloy and Armor Steel Plate) 252.232-7003 (Electronic Submission of Payment Requests) 252.247-7024 (Sea Transportation) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Any shipments shall be coordinated with a customer representative of DPTMS, unless otherwise specified at time of order. Questions concerning this solicitation shall be addressed to Jennifer Baker, Contract Specialist, and e-mailed to jen.d.baker@us.army.mil. All questions or inquires must be submitted in writing no later than 2:00 p.m. Mountain Time on 26 April 2010. No phone calls will be accepted. All responses must be received by 10:00 a.m. Mountain Time on 30 April 2010. Quotes may be e-mailed to jen.d.baker@us.army.mil. An official authorized to bind the company must sign the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/64d1b12db8eb31f5f0c2df79f11cdc32)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02128605-W 20100423/100421235234-64d1b12db8eb31f5f0c2df79f11cdc32 (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.