Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

99 -- Combined Synopsis/Solicitation for Ft. Riley, Bldgs. #7510 & 7550

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-T-0226
 
Response Due
6/20/2011
 
Archive Date
8/19/2011
 
Point of Contact
Jennifer McClure, 2568958239
 
E-Mail Address
USACE HNC, Huntsville
(jennifer.l.mcclure@usace.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 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. 1. This is a combined synopsis/solicitation for twenty (20) workbenches for the MP BTC Complex TEMFs, Bldgs. #7510 & 7550 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 notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-49, effective 24 January 2011. This requirement is unrestricted. All future information about this acquisition including solicitation amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is W912DY-11-T-0226 and shall be referenced on all proposals. 2. The North American Industry Classification System (NAICS) code is 332999 Miscellaneous Fabricated Metal. Offerors must be registered in the Central Contractor Registration (CCR) at: http://www.ccr.gov, in order to be considered for award. 3. Carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items; FAR provision 52.212-2, Evaluation-Commercial Items [All non-price factors (i.e., technical capability and past performance), when combined, are significantly higher than price]; FAR provision 52.212-3 and ALT I, Offeror Representations and Certification-Commercial Items; FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-34. Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR clause 52.247-34 F.O.B. Destination It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government contemplates an award of a Firm Fixed Price Contract resulting from this solicitation. 4. Description of Services/Scope of Work (SOW): The contractor, independently and not as an agent of the Government, shall provide all necessary materials, labor, equipment and facilities, except as specified to be furnished by the Government, and shall do all that is necessary or incident to perform the requirements of this Scope of Work. The objective of this effort is to purchase of workbenches for the MP BTC Complex TEMFs for Bldgs. #7510 & 7550 for workbenches that have 12 gauge steel top and backstop, a shelf that spans the entire width of the work surface (96"W x 30"D x 36"H), adjustable shelf below work surface, (1) box drawer, air power knockouts, and each leg shall support at least 1,000 pounds. The requirement is to order and receive workbenches in the same building and in single shipments where possible. The attached Line Item Spreadsheet, Furniture Item Descriptions, and SOW provide details regarding the workbenches for this procurement. Delivery times and locations will vary per delivery order. The Contractor shall provide a Master Project Schedule for Government approval. The contractor shall create, maintain, and report the schedule in conjunction with the progress report after initial delivery. The schedule shall cover all phases of the project from kick off to delivery order close out. 5. Award of this contract is anticipated on or about 06 July 2011. All work performed under this contract shall be unclassified. The Government will award a delivery order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of furniture install completion timeline and price. All non-price factors (i.e., technical capability and past performance) are significantly less important than price. 6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site: http://farsite.hill.af.mil). 7. Submit the following documents in response to this RFQ: a. Quotation Cover Page - SF18 b. Quotation Furniture Install Start and Completion (page 3 of the RFQ) c. Technical Capability Statement & Technical Documents as per the Furniture Item Description, Attachment #2 d. Line Item Spreadsheet, Attachment #1 (Price Quotation) e. Past Performance NOTE: Both the Technical Proposal (15 page maximum) and Pricing Proposal should be submitted as separate documents. 8. Offers are due on 20 June 2011 by 1700 CST. All questions/inquiries must be submitted to Jennifer McClure via electronic mail (e-mail) not later than 06 June 2011 by 1400 CST. PHONE CALLS WILL NOT BE ACCEPTED. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Jennifer McClure via email to: jennifer.l.mcclure@usace.army.mil Offerors who fail to complete and submit the requirements above may be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-T-0226/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02462272-W 20110604/110602234520-dc47114a46f8a925d92a2d5702bf4151 (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.