SOLICITATION NOTICE
J -- Fire Extinguisher Service
- Notice Date
- 4/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
- ZIP Code
- 85613-5000
- Solicitation Number
- W9124A10T0087
- Response Due
- 5/26/2010
- Archive Date
- 7/25/2010
- Point of Contact
- Andy Fainer, 520-538-6326
- E-Mail Address
-
ITEC4, Fort Huachuca DOC (NCR-CC)
(andy.fainer@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested under Solicitation Number W9124A-10-T-0087. This acquisition is being performed in accordance with FAR Part 13, Simplified Acquisition Procedures. This is a 100% small business set-aside. The NAICS code is 423990 and the size standard is 100 employees. The contractor shall provide plant, labor, supervision, equipment, tools, materials, transportation, and appliances necessary to perform a 5 year contract (one-year base period plus 4 one-year option periods) in accordance with the attached performance work statement. Also, the list of fire extinguishers is attached. Each fire extinguisher may need different work done on it. A site visit is scheduled for Wednesday, May 12, 2010, 08:30 a.m., Location-Visitor Control Center in the Parking Lot at Bannister Hall, at intersection of Arizona and Hunt Streets. 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 technical acceptability being considered in accordance with FAR 52.212-2, Evaluation-Commercial Items. The following factors will be used when evaluating quotes: (1) Price; and (2) technical acceptability to the performance work statement. Award will be based on lowest priced technical acceptability. All interested parties are responsible for monitoring the FedBizOpps website at https://www.fedbizopps.gov for status of this combined synopsis/solicitation and any applicable amendments thereto. To be eligible for award under this combined synopsis/solicitation, offeror must be registered on the Central Contractor Registration (CCR) at http://www.ccr.gov. The following provisions/clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. Offerors shall submit the items listed in FAR 52.212-1(b) to constitute a proposal. They are: 1) the solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) Remit to address, if different than mailing address; (8) Acknowledgment of Solicitation Amendments. In this acquisition, offerors must provide a list of the various service and maintenance items offered on fire extinguishers. The Government will select which items are needed or required. Also, Offerors need to include a completed copy of this provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The offeror is responsible for examining the list of fire extinguishers and submitting a proposed price, by itemizing a list of services and maintenance items, for the base year and each of the option years based on the commercial standard and the performance work statement. Pricing shall include transportation costs. The Government shall not be charged fuel or travel charges. Offerors are encouraged to submit on-line representations and certifications (ORCA)application at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Asides; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; and FAR 52.222-36, Affirmative Action for Workers with Disabilities. A U.S. Department of Labor wage determination applies to this acquisition. Please consult the attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb70fd130ef6d0a0e322202eb537e381)
- Place of Performance
- Address: ITEC4, Fort Huachuca DOC (NCR-CC) ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
- Zip Code: 85613-5000
- Zip Code: 85613-5000
- Record
- SN02134241-W 20100430/100428234724-eb70fd130ef6d0a0e322202eb537e381 (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 |