Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

54 -- Relocatable ARMS Vaults

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Kuwait Contracting Command (PARC SWA, 408th CSB), ATTN: ARCENT-KU-DOC, Camp Arifjan, Kuwait, APO, AE 09366
 
ZIP Code
09366
 
Solicitation Number
W912D1-10-Q-7017
 
Response Due
8/12/2010
 
Archive Date
10/11/2010
 
Point of Contact
Adriana Viveros-Underdue, 965-2389-3742
 
E-Mail Address
Kuwait Contracting Command (PARC SWA, 408th CSB)
(adriana.viveros@us.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. This is a combined synopsis/solicitation for Relocatable ARMS Vaults. The contractor shall provide all labor, facilities, transportation, services, equipment, and materials to deliver the Vaults that meets the requirements of the Brand Name OR EQUAL items listed below. Delivery shall be by commercial carrier, and price quotes shall include all shipping costs. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis solicitation. Quotations are being requested, and a written solicitation will not be issued. The solicitation number is W912D1-10-Q-7017 and is issued as a Request for Quotation (RFQ). The proposed acquisition is a Brand Name or EQUAL requirement and is solicited on a full and open competitive basis. The NAICS Code is 332311. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-42 as of 16 July 2010. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is the lowest price technically acceptable. The Government intends to award without discussions and reserves the right not to make an award at all. Quotations shall be accompanied by a completed FAR 52.212-3 ALT I, Offeror Representations and Certifications (Jul 2009), which is available on line at the following website http://farsite.hill.af.mil/ or by registering in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and completing the on-line Representations and Certifications. The Government's preference is that offerors complete their Representations and Certifications at the ORCA website. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award and that the representations and certification currently posted at the ORCA website have been entered or updated in the last 12 months, and are current, accurate, and complete. If ORCA updates are required specific to this solicitation, the Offeror shall complete FAR 52.212-3, paragraph (b) and submit with quote. Offerors shall submit the unit price and the total price. Delivery shall be by commercial carrier. Quoted price shall be FOB DESTINATION to the US Military Central Receiving and Shipping point (CRSP), DODAAC: W81P37, Building T-80, Zone VII, Camp Arifjan, Kuwait APO, AE 09366. Shipment must be marked for ASG-KU, ATTN: RAYMOND GREG NELSON (9788-6147), CAMP ARIFJAN, KUWAIT 09366, delivery 60 days after receipt of order. Price Quote 0001 Relocatable ARMS VAULTS Qty: 2 Each Price: Total Price: 0002 Shipping Cost Qty: 1 Each Price: Total Price: Primary use is for weapons and sensitive items storage. Must meet all requirements of the Army Regulation 190-11, dated 15 Nov 06 (refer to para. 4-2), Storage and Supplemental Controls, a (1) New Facilities built for storage of Category II arms will meet the facility criteria in appendix G). Must be one solid unit and relocatable. Item Description: brand name or equal to the DIEBOLD relocatable ARMORY VAULTS model number RAV211-4. Salient Characteristics: the wall and ceiling construction must meet an overall R-8 rating, 6-sided, completely assembled, self contained, completely insulated, and weather resistant with no additional structure needed for weatherization; bi-fold Dutch style door with a day gate and must at a minimum meet UL Standard #608 to ensure attack resistance. Armory vault door with key-changeable, Group I combination lock (must comply with Federal Spec AA-D-600D). Complete HVAC system with accompanying HVAC ports, exhaust fans, and air returns; at a minimum must be 1 ton, wall mount, 5 kilo-watt heat strip 11,000 BTU cooling capacity, including Thermostat and Humidity Control. Complete electrical system (240VAC /50HZ) to include at a minimum 150 watt exterior lighting with vandal-shield switch in protected area of the vault; interior lighting package; easily Relocatable and GFI protected interior and exterior outlets; Electrical panel at a minimum is 100 Amp Electrical Service-Single Phase, HVAC unit on 40 Amp Breaker, 3 extra 20 Amp Breakers for electrical outlets and lighting, 8 spaces for additional breakers. Textured painted exterior finish. Interior walls and ceiling at a minimum to be painted and finished with white durable Fire Resistant Paint. At a minimum 5 recessed anchor points for weapons tie-down. Physical dimensions: At a minimum 25 feet 6 inches L x 11 feet 4 inches W x 9 feet 6 inches H with a minimum of 208 square feet of interior vault space. The exterior door must be at a minimum 3 feet 6 inches W x 6 feet 8 inches H galvanized steel insulated door with galvanized steel masonry frame, 10 inches x 10 inches tempered glass lite with vandal shield protection. Exterior door must be at a minimum equipped with LCN 4041 closer or equivalent salient characteristics: is a heavy duty door closer designed to be used on aluminum, hollow metal or wood swinging commercial interior/exterior doors and is ideally suited for hospitals, educational, institutional and other high traffic applications, Schlage AL53PD lockset or equivalent salient characteristics: standard duty commercial lever lockset weather resistant threshold. Technical Submittals shall include product description to demonstrate that model proposed meets the Governments requirement as a Brand Name or Equal. Technical capability: If an or equal item is proposed, documentation in compliance with FAR 52.211-6, Brand Name or Equal, must accompany the quote. If the brand name item specified in the solicitation is proposed, no additional documentation is necessary. Provide detailed Warranty information to include coverages, duration, and any other applicable information. Please provide information for warranty coverage in remote OCONUS: Kuwait. That voltage is 220-240 volts for any of the solicited items. Offeror shall comply with the requirements found in the 52.212-1 Instructions to Offerors(June 2008). Include the name, address and telephone number of the offeror's firm; point of contact's name, phone, and email address; DUNS number; Tax ID number; quotation date; quotation number; any discounts; how long the quote is valid (minimum 30 days); lead time after receipt of order, warranty information etc. Payment terms shall be net 30; however, offeror may submit discount terms for early payment. This solicitation and resulting contract incorporates/will incorporate provisions and clauses by reference and/or full text. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/ The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) Multiple offers is deleted and marked as RESERVED]; 52.212-2, Evaluation Factors (Jan 1999). Paragraph A is revised to read Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made based on the lowest-priced technically acceptable quote submitted by a responsible source. Paragraph (b) is deleted and marked as RESERVED. 52.212-3 and Alt 1 Contractor Representations and Certifications Commercial Items (Jul 2009); The following Federal Acquisition Regulation provisions and clauses, either by reference or full text, apply to this acquisition: FAR Clause 52.211-6 Brand Name or Equal, FAR Clause, 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2010). The clauses that are check marked as being applicable to this purchase are: FAR Clause at 52.204-7 -- Central Contractor Registration (CCR), 52.204-8 Annual Representation and Certification, 52.204-10 Reporting Executive Compensation and First-Tier Subcontractor Awards (Jul 2010), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [End check marks For 52.212-5] FAR 52.222-50 and Alt 1 Combating Trafficking in Persons 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following DFARS provisions and clauses, either by reference or full text, apply to this acquisition: 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. (Jan 2009) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.211-7003 and Alt I Item Identification and Valuation (Aug 2008) 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005). The clauses that are check marked as being applicable to this purchase are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Mar 2008) DFARS 252.233-7001 Choice of Law (Overseas) 252.247-7023 and Alt 1 and III Transportation of Supplies by Sea. (May 2002) End of 252.212-7000 252.225-7042 Authorization to Perform (Apr 2003) 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (MAR 2006). fill in is HQDA-AT, commercial phone is 703-692-9832 252.232-7010 Levies on Contract Payments (Dec 2006) 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); Be advised that the following local instruction will be incorporated in full text in any resulting award. The Contracting Officer will make their full text available upon request. Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions Additional information is available on www.fedbizopps.gov by searching for justification and approvals with W912D1 as a search field: Brand Name Justification Quotations AND completed representations and certifications are due by 12 August 2010 10:30AM Kuwait local time GMT +3. E-mail filters are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the USG e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Electronic quotes provided via e-mail shall be submitted in Microsoft Word, Excel format, Adobe Acrobat (.pdf), or as indicated elsewhere. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example E-mail 2 of 6. Submit quotes via email, to the contracting officer sandra.e.ortiz@kuwait.swa.army.mil and adriana.underdue@arcent.army.mil contract Specialist. Contracting Office Address: USACC-SWA-Kuwait, BLDG T-346 Redball Express, Camp Arifjan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/270913e542d3838cf3da73d105686ddc)
 
Place of Performance
Address: Kuwait Contracting Command (PARC SWA, 408th CSB) ATTN: ARCENT-KU-DOC, Camp Arifjan, Kuwait APO AE
Zip Code: 09366
 
Record
SN02226451-W 20100804/100802235907-270913e542d3838cf3da73d105686ddc (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.