Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

71 -- Cabinet Lockers Bins and Shelving

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124810T0014
 
Response Due
5/17/2010
 
Archive Date
7/16/2010
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
Fort Campbell DOC
(salonda.m.ozier@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. Restrictions: Solicitation number W91248-10-T-0014 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated 22 April 2010. The NAICS Code is 332322 and the small business size standard is 500 employees. This requirement is solicited as a Small Business Set-Aside. Description of Items Requested: This requirement is for one (1) Mobile Drying Rack as outlined on Bid Schedule. Bid Schedule & Wage Determination and associated documents can be downloaded at http://doc.campbell.army.mil under subject solicitation number or at the end of this FedBizOpps announcement under Additional Documentation. The Government intends to make award to the lowest priced technically acceptable offeror meeting or exceeding the acceptable standards for non-cost factors. The non-cost factors are technical and past performance. Evaluation factors are: PRICE, TECHNICAL, AND PAST PERFORMANCE. In order to be technically acceptable, the offeror must demonstrate the following: 1). The proposed product complies with the size and accessibility requirements. 2). Product complies with required material (stainless steel) or similar. 3). Product can withstand marine environment conditions as outlined on the bid schedule. 4). Product is capable of holding the required flight gear that allows for spacing and airflow to facilitate timely drying. Offerors are encouraged to provide rubic drawing/sketch and other descriptive data necessary for evaluation of proposed product. Past Performance will be evaluated on a pass/fail basis and for relevancy. Relevancy is defined as services similiar in nature and dollar value as subject requirement. Quoters are required to ensure relevant past performance information is submitted for the past 5 years. Past Performance subfactors to be evaluated are Quality of Services/Supplies, Project Management, and Timeliness of Performance. It is the responsibility of the quoter to ensure past customers submit the attached past performance questionnaire directly to this office prior to the closing date. All information requested for past performance and information demonstrates technical abilities must be submitted prior to the established closing date. Failure to submit information may result in non-consideration. The government reserves the right to award to other than the lowest price if determined be in the best interest of the government. The following provisions and clauses are applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (Fill-in information -- www.arnet.gov/far ); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (Fill-in information www.arnet.gov/far); 52.212-1 Instructions to Offerors-Commercial Items (June 2008) is applicable and is tailored as follows: Paragraphs; (d), (e), (h), and (i) are deleted. 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); 52.204-7 Central Contractor Registration (Apr 2008); 52.209-5 Certification Regarding Responsibility Matters (Dec 2008); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting (Aug 1999); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist country (Jan 2009); 252.209-7002 Disclosure of Ownership or Control by a Foreign Government (June 2005); 52.212-2 Evaluation-Commercial Items is applicable: Evaluation Factors are PRICE, TECHNICAL, AND PAST PERFORMANCE. The Government intends to make award to the lowest priced technically acceptable offeror meeting or exceeding the acceptable standards for non-cost factors. Also, the government reserves to award other than the lowest price if determined to be in the best interest of the government. 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); which is addended to incorporate clause(s); 52.228-5 Insurance Work on a Government Installation (Jan 1997); 52.237-1 Site Visit (April 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of performance, to the extend that the information is reasonably obtainable. Site Visit will be on 05 May 2010 at 0900 CST. Contractors will meet at Building 2172, 13 St. Fort Campbell, KY. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Feb 2010), applies to this acquisition and the following additional FAR clauses cited within the clause also apply: FAR 52.222-3 Convict Labor (Jun 2003); 52.222.19 Child Labor Cooperation with Authorities and Remedies (Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.219- 6 Small business Setaiside (June 2003). 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.222-41 Service Contract Act of 1965 as Amended (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), fill-in is: Laborer $10.90; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) with the following contract clauses being applicable; 252.201-7000 Contracting Officers Representative (Dec 1991); 52.203-3, Gratuities (Apr 1984); 252.204-7004 (Sep 2007) Alt A - Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993); 252.225-7001 Buy American Act and Balace of Payments Program (Jun 2005); 252.247-7023 Transportation of Suplies by Sea (May 2002); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) and 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) with offers. Other contract clauses and provisions applicable to this solicitation are 5152.209-4000, DOD Level I Antiterrorism (AT) Standards (Feb 2009), Contractor Manpower Reporting, and Schedule of Insurance; these provisions/clauses are contained herein in full text. Offers are due not later than 2:00 pm CST 17 May 2010. FACSIMILE and/or email quotes ARE acceptable; facsimile number is (270) 798-7548; email address is william.t.moore3@us.army.mil. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Will Moore, 2172 13 1/2 Street, Fort Campbell, KY 42223-5358. Contact Will Moore 270-798-7811, william.t.moore3@us.army.mil regarding the solicitation. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. SCHEDULE OF INSURANCE: 1) The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmens Compensation and Employers Liability Insurance $100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 2) Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments interest shall not be effective: For such period as the laws of the state in which this contract is to be performed or prescribed, and Until 30 days after the insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. 3) The Contractor shall insert the substance of the clause entitled Insurance Work on a Government Installation (FAR 52.228-5) in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. NOTE: When the Government requires the contractor to provide insurance coverage, the policies shall contain an endorsement that any cancellation or material change in the coverage adversely affecting the Governments interest shall not be effective unless the insurer or the contractor gives written notice of cancellation or change as required by the contracting officer. When the coverage is provided by self-insurance, the contractor shall not change or decrease the coverage without the administrative contracting officers prior approval (see 28.308(c)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca008432d6df20cacdb43dda03bc5bf8)
 
Place of Performance
Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02134972-W 20100430/100428235412-ca008432d6df20cacdb43dda03bc5bf8 (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.