Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

54 -- Lease of Relocatable Office Containers

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R10T1033
 
Response Due
6/1/2010
 
Archive Date
7/31/2010
 
Point of Contact
Christina Mokrane, 928-328-3595
 
E-Mail Address
MICC Center - YPG
(christina.mokrane@conus.army.mil)
 
Small Business Set-Aside
N/A
 
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. Combined Synopsis/Solicitation Request for Quotation Number: W9124R-10-T-1033 Technical Questions: 19 May 2010 at 11:00 AM MST Response Date: 01 June 2010 at Close of Business This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes 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) 2005-40, Effective 22 Apr 2010 and class deviation 2009-O0009 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100507 (Amended) Edition. This commercial item acquisition is solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 531120 with a size standard of $7.0 million dollars. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Quotes are being solicited for items that meet the minimum requirements of the specifications identified in Attachment 1. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meet or exceed the minimum specifications. The quotation shall consist of the Contract Line Item Numbers (CLIN), Quantity, Manufacturer, Description, Serial Numbers, Unit Price and Total Price identified in Attachment 2. The time period for the lease is one year with 1 one-year option. The CSS and Attachments 1 (Specifications) and 2 (CLINs) are available on the U.S. Army Mission & Installation Contracting Command Center - Yuma Website http://www.yuma.army.mil/contracting/. Items shall be delivered not earlier than 2 August 2010 and no later than 7 August 2010 to the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. The Government anticipates award on a best value basis. Per FAR 52.212-2, 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 Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability. Those offers determined to meet the minimum specifications will then be evaluated for proposed delivery schedule, past performance and price. Offerors proposing a quicker set-up and delivery schedule than required herein may be given higher consideration, however set-up may not begin prior to 2 August 2010. In evaluating past performance, the Government may review criteria including, but not limited to, demonstrated ability to deliver on schedule and within proposed costs. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number W9124R-10-T-1033 and emailed to the point of contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the close of business 01 June 2010. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 19 May 2010 at 11:00 AM Mountain Standard Time (MST). As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and email address; (3) A completed copy of FAR 52.212-3, Representations and Certifications Alternate I and DFARS 252.212-7000 Offerors Representations and CertificationsCommercial Items; (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the specifications; (5) Recent (within the last 3 years) and relevant past performance information on no less than three other contracts in which you provided same or similar items; (6) Proposed delivery schedule; (7) A completed copy of Attachment 2 (to include completion of both unit and total prices proposed). Arizona vendors are to include the Arizona Transaction Privilege Tax, if applicable; and (8) A statement indicating that the Government Visa Credit Card will be accepted as the method of payment. Offerors that fail to furnish required representations or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions 52.212-1, Instructions to Offerors of Commercial items (Jun 2008) - FAR 52.212-1(c) is amended to change the period for acceptance of offers from 30 days to 60 days; FAR 52.212-3, Offeror Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005); Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Website at http://farsite.hill.af.mil/vffara.htm, locate the referenced provision, copy and paste it to a Word document and complete. If you have completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/, you are only required to submit a signed copy of FAR Clause 52.212-3(b); FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009); 52.247-34, F.o.b. Destination (Nov 1991) is added by addendum; FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Apr 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-28, Post-Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans (Sep 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); and 52.232-36, Payment Third Party (Feb 2010). DFARs clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) applies to this acquisition. Specific clauses cited in DFARs 252.212-7001 that are applicable to this acquisition are 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008); 252.225-7021, Trade Agreements (Nov 2009); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); 252.243-7002, Request for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS provisions 252.225-7020 Trade Agreements Certificate (Jan 2005) and 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) are added by addendum. DFARS clauses 252.211-7003, Item Identification and Validation (Aug 2008) and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum. If you plan to participate in this acquisition, you are required to provide your name, address, phone number and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments. NOTE: PURSUANT TO ARMY REGULATION (AR) 420-1 ARMY FACILITIES MANAGEMENT, APPROVAL IS REQUIRED FOR ACQUISITION OF RELOCATABLE FACILITIES TO BE UTILIZED ON AN ARMY INSTALLATION. SUBJECT APPROVAL HAS BEEN REQUESTED BY THE USAYPG. AWARD OF ANY ORDER RESULTING FROM THIS SOLICITATION IS CURRENTLY CONTINGENT UPON RECEIPT OF THE APPROPRIATE APPROVALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ae8d15523a3fa49eb18964ec248f044)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02147284-W 20100514/100512234802-2ae8d15523a3fa49eb18964ec248f044 (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.