Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOLICITATION NOTICE

99 -- FABRICATION AND INSTALLATION OF SIGNS FOR TOBYHANNA ARMY DEPOT, TOBYHANNA PA, ON AN ON-CALL BASIS FOR THE PERIOD OF ONE YEAR.

Notice Date
12/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-11-R-0013
 
Response Due
1/27/2011
 
Archive Date
3/28/2011
 
Point of Contact
JANE ALLARDYCE, (570)615-7645
 
E-Mail Address
Tobyhanna Depot Contracting Office (CECOM-CC)
(jane.allardyce@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-47. NAICS code is 339950, criteria of 500 Employees. Request for Proposal (RFP) number W25G1V-11-R-0013 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. This action is pursued as a 100% set-aside for Small Business. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna PA, has a requirement to procure the fabrication and installation of various exterior and interior signs at Tobyhanna Army Depot on an on-call basis for a period of one year. Delivery is FOB Destination, Tobyhanna Army Depot. The signs will meet the requirements of the Statement of Work provided at Attachment 1 and Technical Manual TM-5-807-10, Appendix C1. PROPOSAL SUBMISSION. The pricing shall be filled out as follows: CLIN 0001: Provide all supervision, equipment, materials, hardware, fabrication, installation and labor necessary for the production of various interior and exterior signs to be installed on Tobyhanna Army Depot on an on-call basis for a one-year period. The contractor shall have 10 working days from receipt of work order notice to complete, deliver and install the signs at their proper locations. OFFEROR SHALL PROVIDE PRICING FOR EACH SIGN SIZE INDICATED UNDER PRICE LIST INCLUDED IN ATTACHMENT 1, STATEMENT OF WORK. CLIN 0002 OPTION YEAR 1: Provide all supervision, equipment, materials, hardware, fabrication, installation and labor necessary for the production of various interior and exterior signs to be installed on Tobyhanna Army Depot on an on-call basis for a one year period to commence upon expiration of CLIN 0001. All requirements remain the same as for CLIN 0001. CLIN 0003 OPTION YEAR 2: Provide all supervision, equipment, materials, hardware, fabrication, installation and labor necessary for the production of various interior and exterior signs to be installed on Tobyhanna Army Depot on an on-call basis for a one year period to commence upon expiration of CLIN 0002. All requirements remain the same as for CLIN 0001. CLIN 0004 OPTION YEAR 3: Provide all supervision, equipment, materials, hardware, fabrication, installation and labor necessary for the production of various interior and exterior signs to be installed on Tobyhanna Army Depot on an on-call basis for a one year period to commence upon expiration of CLIN 0003. All requirements remain the same as for CLIN 0001. SITE VISIT: It is strongly suggested potential offerors attend a site visit to discuss and understand the scope of work for this project. A site visit is scheduled for 13 JANUARY 2011 at 10:00 A.M. Attendees will meet in Bldg 20, Security, at the time and date specified above (see TYAD Local Clause 52.0237-4008 in Attachment 2). Contracting Officer Representative (COR) for Site Visit is Victor Villani, 570/615-5913. TECHNICAL/PAST PERFORMANCE: Offeror shall provide a base published price list for signage and graphics of various type signs listed. Past performance information shall also be provided pertaining to three examples of same or similar projects of equal value provided and installed within the past three (3) years to include customer name, phone number/e-mail, dollar value of contract and required/actual delivery. PROPOSAL REQUIREMENTS: Pricing must be provided per the pricing schedule in Attachment 1. To receive an award, the company must be registered in the Central Contractor Registration (CCR) https://www.bpn.gov/. Parties interested in responding to this RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5, Certification Regarding Responsibility Matters, FAR 52.212-3 ALT I (Offeror Representations and Certifications - Commercial Items), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, if not registered in the Online Represenations and Certifications Application (ORCA) database. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/; or http://www.arnet.gov. Supporting documentation must be submitted in order for your offer to be considered. See Technical/Past Performance paragraph above regarding submission of documentation and examples of past performance. It is recommended the completed SF1449 be faxed (570/615-7525) or a signed, scanned SF1449 can be sent electronically to jane.allardyce@us.army.mil. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local 27 JANUARY 2011. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956, Wide Area Workflow System, which will be included in any resultant contract. TYAD Local Clauses are included at ATTACHMENT 2 of this combined synopsis/solicitation. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. APPLICABLE FAR CLAUSES: 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transaction; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting The Government's Interest when Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors - Commercial Items, With Addendum; 52.212-2 EVALUATION - COMMERCIAL ITEMS fill in (a) 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 following factors shall be used to evaluate offers: Technical evaluation will be pass/fail based on review of information submitted by offeror; Past Performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. Award may not necessarily be made to the firm who submits the lowest proposal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of offers shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-4 Contract terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes the following: (X) (b) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; 52.204-10, Reporting Executive Compensation and First Tier Subcontractor Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219.8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.223-15, Energy Efficiency in Energy Consuming Products. 52.215-5 Facsimile Proposals (FAX Number: 570/615-7525); 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.219-14 Limitation on Subcontracting; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.227-1 Authorization and Consent; 52.227-2 Notice and Assistance regarding Patent and Copyright Infringement; 52.228-5 Insurance-Work on a Government Installation, Liability: workers compensation $100,000, bodily injury $500,000 per occurrence, Automobile Liability insurance $200,000 per person and $500,000 per occurrence for Bodily Injury, $20,000 per occurrence for property damage; 52.229-4 Federal State and Local Taxes; 52.233-2 Service Protest; 52.233-3 Protest After Award; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy; 52.243-1 Changes-Fixed Price; 52.246-2 Inspection of Supplies; 52.246-4 Inspection of Services; 52.247-34 F.O.B. Destination; 52.249-1 Termination for Convenience of the Government (Fixed Price)(Short Form); 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference APPLICABLE DFARS CLAUSES: 252.201-7000 Contracting Officer's Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation 252.211-7007 Item Unique Identification of Government Property 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executie Orders Applicable to Defense Acquisitions of Commercial Items, (X) 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7001 Buy American Act And Balance of Payments Program; 252.227-7015 Technical Data-Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material and Receiving Reports
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4ba114b028e8342fdb870401fc2a567)
 
Place of Performance
Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02351610-W 20101230/101228234012-b4ba114b028e8342fdb870401fc2a567 (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.