Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

W -- Fort Carson intends to award a firm-fixed-price contract for Tent Rentals.

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532292 — Recreational Goods Rental
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-11-T-0240
 
Response Due
7/27/2011
 
Archive Date
9/25/2011
 
Point of Contact
Nicole Mintus, 526-3841
 
E-Mail Address
MICC - Fort Carson
(nicole.mintus@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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. Quotes shall reference solicitation number W911RZ-11-T-0240. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Fort Carson intends to award a firm-fixed-price contract for Tent Rentals. The associated North American Industrial Classification System (NAICS) code for this procurement is 532292 with a small business size standard of $7 Million. This requirement is a total Small Business set-aside and only qualified offerors may submit quotes. The Contractor shall propose the following Contract Line Item Numbers (CLINS): All CLINs shall be quoted FOB Destination to Butts Army Airfield 80913. CLIN 0001 40'X 90' Tents to house approximately 70 people Qty. 2 Minimum Specifications: Tents shall be white, green or tan. Tents shall have wood floors. Tents shall have tops and sides. Tents shall have at least two doors for fire safety. Tents do not need windows. Tents shall be water proof. Each tent shall have an air conditioning unit that pushes 360,000BTU. Each tent shall have overhead lighting with 500W halogen track lights. Unit Cost $ ___________ Total Cost $ ____________ CLIN 0002 60'X90' Tents to house approximately 75-80 people Qty. 3 Minimum Specifications: Tents shall be white, green or tan. Tents shall have wood floors. Tents shall have tops and sides. Tents shall have at least two doors for fire safety. Tents do not need windows. Tents shall be water proof. Each tent shall have an air conditioning unit that pushes 400,000BTU. Each tent shall have overhead lighting with 500W halogen track lights. Unit Cost $ ___________ Total Cost $ ____________ CLIN 0003 40'X80' Tent to house approximately 55 people Qty. 1 Minimum Specifications: Tents shall be white, green or tan. Tents shall have wood floors. Tents shall have tops and sides. Tents shall have at least two doors for fire safety. Tents do not need windows. Tents shall be water proof. Each tent shall have an air conditioning unit that pushes 360,000BTU. Each tent shall have overhead lighting with 500W halogen track lights. Unit Cost $ ___________ Total Cost $ ____________ CLIN 0004 Tent Maintenance The vendor shall repair tents within 4-hours of government notification or make available a suitable replacement. Unit Cost $ ___________ Total Cost $ ____________ Total Quoted Amount $ ________ ** Special Shipping Instructions: Tents shall be delivered to Butts Army Airfield. Tents shall be set up on 4 August 2011 and taken down 22 August 2011** FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 Certs & Reps 52.212-3 Alt I Certs & Reps 252.225-7031 Secondary Arab Boycott of Israel Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.209-6 (Protecting the Government's Interest when Subcontracting) 52.204-10 (Reporting executive compensation and first-tier subcontract awards) 52.223-18 (Contractor Policy to Ban Text Messaging While Driving) 52.219-6 (Notice of Total Small Business Set-Aside) 52.219-28(Small Business Representation) 52.222-3 (Convict Labor) 52.222-19(Small Business Concern Representation for the Small Business Competitiveness Demonstration Program) 52.222-21 (Prohibition of Segregated Facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 Alternate A (Central Contractor Registration) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 5152.233-9000 (AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 5152.209-4000 (DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.203-7000 Req. relating to Comp. of former DOD Officials To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. No partial shipments unless otherwise specified at time of order. No partial quotes shall be accepted. All responses must be received by 12:00 a.m. Mountain Time on 27 July 2010. Quotes may be e-mailed to nicole.mintus@us.army.mil. An official authorized to bind the company must sign the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf1fdf6b43bc3c25c6792201dafe7a70)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02507475-W 20110724/110723004858-cf1fdf6b43bc3c25c6792201dafe7a70 (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.