Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

W -- Tent Rental Services

Notice Date
3/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-11-T-0048
 
Archive Date
6/4/2011
 
Point of Contact
Lois S. Malone, Phone: 804.734.8000 x86062, Michael L Shaffer, Phone: 804-734-8000 EXT 8681
 
E-Mail Address
Lois.Malone@deca.mil, michael.shaffer@deca.mil
(Lois.Malone@deca.mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Notice - Tent Rental Solicitation No. : HDEC05-11-T-0048 Response Date : April 4, 2011 POC: Lois Malone Fax: 804-734-8009 (pause, pause) ext: x-78247 or 804-734-8669 Phone: 804-734-8000 ext: x-86062 Place of Performance: Various commissaries in the state of Colorado 100% Small Business Set-Aside Classification Code: W FSC Code: W078 NAICS Code: 532299 SIC Code: 7359 Size Standard: $7 million Description: Tent Rental Services A) This is a combined synopsis and solicitation for commercial items (services) 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05-11-T-0048 and is issued as a Request for Quotation (RFQ). Quotes MUST be provided for both sale dates. C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, DFARS Change Notice 20110317, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is W078. The North American Industry Classification systems (NAICS) code is 532299. The Size standard is $7 mil. This solicitation is 100% Small Business Set-Aside. E) Contract Line Item Numbers (CLINS). Offerors: Provide your quote for Tent Rental Services in the following format: Location(s) Defense Commissary Agency U. S. Air Force Academy, Building 5126, U. S. Air Force Academy, Colorado 80840-2750 0001 May Case Lot Sale Delivery and set-up date: May 24, 2011 Removal Date: May 30, 2011 One (1) ea - 30 x 90 pole tent w/sidewalls, staked in asphalt and repair on removal May Cost: $_____________ 1001 September Case Lot Sale Delivery and set-up date: September 13, 2011 Removal Date: September 19, 2011 One (1) ea - 30 x 90 pole tent w/sidewalls, staked in asphalt and repair on removal September Cost: $_____________ Location(s) Defense Commissary Agency Peterson AFB, 1040 E. Stewart Ave., Bldg 2019, Peterson Air Force Base, Colorado 80914-1610 0002 May Case Lot Sale Delivery and set-up date: April 23, 2011 Removal Date: May 2, 2011 One (1) ea - 30 x 100 pole tent w/sidewalls & lighting secured with water barrels Water to fill the barrels is to be provided by the contractor May Cost: $_____________ 1002 August Case Lot Sale Delivery and set-up date: August 13, 2011 Removal Date: August 22, 2011 One (1) ea - 30 x 100 pole tent w/sidewalls & lighting secured with water barrels Water to fill the barrels is to be provided by the contractor August Cost: $_____________ Location(s) Defense Commissary Agency Buckley AFB Commissary 365 N. Telluride Road, Aurora, Colorado 80011 0003 May Case Lot Sale Delivery and set-up date: April 27, 2011 Removal Date: May 2, 2011 One (1) ea - 30 x 50 pole tent w/sidewalls anchored with water barrels or cement blocks May Cost: $_____________ 1003 September Case Lot Sale Delivery and set-up date: September 14, 2011 Removal Date: September 19, 2011 One (1) ea - 30 x 50 pole tent w/sidewalls anchored with water barrels or cement blocks September Cost: $_____________ F) DESCRIPTION OF REQUIREMENTS: Contractor shall provide all personnel, labor, parts, materials, tools and transportation and other items necessary for the rental of tents for the U.S. Air Force Academy, Buckley and Peterson commissaries located in the state of Colorado •G) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes shall contain the following information: RFQ Number (see Paragraph B) Time specified for receipt of quotes (see Paragraph R) Name, address, telephone and fax number of quoter Quoters e-mail address Unit Price, extended price per CLIN item and total price (in the format specified in paragraph E) Discount Terms Quotation shall include a SIGNED STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS : The quotation shall state the agreement to hold the prices contained therein firm for 90 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTATIONS AND LATE OFFERS : Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt MAY be considered if more advantageous to the Government and award has not been made. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. H) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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. Price will be evaluated by adding the total price for all Base Years Line Items to the total price for all options. Award will be made to the lowest-priced, technically acceptable Offeror. Multiple awards are possible by individual store. (b) Options (if included in the Schedule). 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 options 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) RESERVED J) Offerors shall provide a complete copy of the provision 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (Aug 2009) (as applicable) with their quote, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html •K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition with the following addendum: Addendum to FAR 52.212-4: If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments: ___________________________________ Phone Number: ____________________________ Fax Number: _____________________________ Contractor shall submit invoices to the address in Block 18a of the Standard Form (SF) 1449, contract award document. In order to be considered a valid invoice, the following information must be on each invoice: Name and Address of Company Contract/Purchase Order Number Contract Line Item Number (CLIN) for Commissary location Invoice number Date Total Charge CENTRAL CONTRACTOR REGISTRATION (CCR) : Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). L) The contractor shall perform to the standards and specifications in this contract. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-19 Child labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-10 Waste Reduction Program; FAR 52.223-5 Pollution Prevention and Right-to-Know; FAR 52.223-18 Encourage Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3; Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFAS 252.204-7008 Export-Controlled Items N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). FAR 52.215-5 FACSIMILE PROPOSALS - Facsimile offers WILL BE accepted at fax #: 804-734-8669 (Attention: Lois Malone). However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." ADDITIONAL PROVISIONS REFERENCED IN THIS PARAGRAPH MUST BE READ IN FULL TEXT AT http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items with Alternate 1; FAR 52.219-28 Post Award Small Business Program Representation 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: •(1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. •(2) For private owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Colorado (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. •52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 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. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address (es): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html 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): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Offers will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 4:00 PM local time on April 4, 2011. S) The point of contact for this solicitation is Lois Malone, (804) 734-8000 x- 86062 Michael G. Shaffer, Contracting Officer, 804-734-8000 x48681.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-11-T-0048/listing.html)
 
Place of Performance
Address: Defense Commissary Agency, Various commissaries in the state of Colorado, United States
 
Record
SN02414592-W 20110402/110331235048-9745fd12bdd075b73219f961d5fb0ceb (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.