Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

23 -- Satellite Trailer Suite - attachment

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L-0193-0301
 
Archive Date
9/15/2010
 
Point of Contact
Diane N. Johnson, Phone: 8014324094
 
E-Mail Address
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
List of needed items and statement of work 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. Solicitation W90M8L-0193-0301 is being issued as a Request for Quotation. Requirement is 100% Total Small Business Set-Aside acquisition under North American Industry Classifications System Code (NAICS) 336214, with a small business size standard of 500 Employees. The solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase two (2) each 16-foot enclosed dual axle trailers with fold down ramp and locking side door with slide window. Each trailer shall be constructed to serve as a climate controlled office space and equipment room for personnel and communication equipment. Trailers shall have an AVL 1.2 meter auto acquire satellite dish installed on top of trailer. An option may be available to purchase an additional satellite system with installation on an existing trailer or purchase an additional trailer. See attachment for list of items. Trailer will be delivered to the USPFO for Utah Warehouse, 12953 South Minuteman Drive, Draper, UT 84020-9286, include freight charges with your bid. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (3) FAR 52.204-7 Central Contractor Registration; (4) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (5) FAR 52.211-6 Brand Name or Equal; (6) FAR 52.212-1 Instructions to Offerors - Commercial Items; (7) FAR 52.212-2 Evaluation - Commercial Items; (8) FAR 52.212-3 ALT 1 Offeror Representations and Certifications - Commercial Items; (9) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (10) FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government; (b) FAR 52.219-6 Notice of Total Small Business Set-Aside; (c) FAR 52.219-8 DEV Utilization of Small Business Concerns (Deviation 2009-O0009); (d) FAR 52.219-14 Limitations on Subcontracting; (e) FAR 52.219-28 Post Award Small Business Program Representation; (f) FAR 52.222-3 Convict labor; (g) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (h) FAR 52.222-21 Prohibition of Segregated Facilities; (i) FAR 52.222-26 Equal Opportunity; (j) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (k) FAR 52.222-36 Affirmative Action for workers with Disabilities; (l) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; ( m) FAR 52.222-50 Combating Trafficking in Persons; (n) FAR 52.222-99 DEV Notification if Employee Rights Under National Labor Relations Act (Deviation 2010-O0013); (o) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (p) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (q) FAR 52.233-3 Protest After Award; (r) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (11) FAR 52.232-18 Availability of Funds; (12) FAR 52.233-2 Service of Protest; (13) FAR 52.252-2 Clauses Incorporated by Reference; (14) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (15) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (16) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (17) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (18) DFARS 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within DFARS 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (c) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (d) DFARS 252.247-7023 Transportation of Supplies by Sea; (19) DFARS 252.211-7003 Item Identification and Valuation; (20) DFARS 252.225-7014 Preference for Domestic Specialty Metals; (21) DFARS 252.243-7002 Requests for Equitable Adjustment; (22) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The Government will award a fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1). Technical capability of the designed system offered to meet the Government requirement, understanding the SOW and specific tasks; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote; (2) completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov and (3) list of at least three of the most current past performance references for similar work covered by this solicitation. Provide the following information for each reference: (a) name and telephone number of contracting officer; (b) contract number; and (c) a brief description of the contract. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. PREFERRED PAYMENT METHOD: Preferred payment is credit card, please verify whether your company accepts credit cards and state if there will be any additional charges. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Quotations are due NLT 4:30 p.m. MST on August 31, 2010. Offers may be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-0193-0301/listing.html)
 
Place of Performance
Address: 12953 South Minuteman Drive, Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN02245767-W 20100820/100818235922-d343d35ab6da1c7928edaf57950a7e41 (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.