Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

54 -- Portable Equipment Storage Shelter for Frigid Environment - Standard Form 18 (required)

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
WAD-10-0309
 
Archive Date
7/9/2010
 
Point of Contact
Bill Pickert, Phone: 206-526-4549
 
E-Mail Address
bill.pickert@noaa.gov
(bill.pickert@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-18, submission required with quote/proposal COMBINED SYNOPSIS/SOLICITATION Portable Equipment Storage Shelter for Frigid Environment (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 326199 for this solicitation. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for procurement of the following items: Line Item 0001: PORTABLE STORAGE SHELTER FOR FRIGID BARROW, AK SITE (VI) Description of requirements is as follows: SPECIFICATIONS - EQUIPMENT STORAGE SHELTER BARROW 1.) Shelter size is 10ft wide x 12ft long x 8ft high. 2.) Shelter constructed with a fiberglass exterior 3.) Shelter must be insulated, be able to withstand frigid cold. 4.) Access door must be 3ft wide x 7ft tall, with closure system, 3 point, to operate in frigid conditions. 5.) Access door to be offset from center of end to allow for storage. 6.) Interior flooring and walls can be constructed of wood. 7.) Shelter must be wired for 208vac, heaters, "one on either end", overhead shop light, and one interior receptacle, 120vac, with distribution panel. 8.) Shelter must be skid mounted and forklift ready for movement. 9.) Shelter must have tie-down points for high winds of up to 50mph or more. Tie down anchors must be supplied with unit and be able to penetrate frozen ground. (VII) Required delivery August 30, 2010. Place of Delivery is Barrow, AK. Shelter must be completed in time for shipment to Barrow in August 2010, to be trucked to Dead Horse, Alaska and backhauled to Barrow via barge. Delivery shall be arranged by GBL; quote shall include shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows, listed in order of importance: 1) Technical Capability: Item must meet all specifications in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. Offers must contain adequate information about the evaluation factors to demonstrate that the vendor is responsive. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) Department of Commerce Clauses: 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to bill.pickert@noaa.gov. Questions should be received no later than 1:00 P.M. PDT, July 6th, 2010. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. PDT on July 8, 2010. All quotes must be faxed or emailed to the attention of Bill Pickert. The fax number is (206) 527-1710 and email address is bill.pickert@noaa.gov. Submission of proposals and quotes by email is preferred. (XVI) Any questions regarding this solicitation should be directed to Bill Pickert, Purchasing Agent, 206-526-4549, bill.pickert@noaa.gov. Technical questions can be addressed to Bill Loze, Facilities, NOAA/NESDIS CDA Station, Fairbanks, AK, (907) 451-1283, bill.loze@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/WAD-10-0309/listing.html)
 
Place of Performance
Address: NOAA/NESDIS, Barrow, Alaska, 99723, United States
Zip Code: 99723
 
Record
SN02184770-W 20100624/100622235605-3e5e802985c98bb325e0f2f0daac1746 (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.