Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

81 -- 440 Each Metal Storage Cabinets/Lockers

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W62MHQ0264N008
 
Response Due
8/15/2011
 
Archive Date
10/14/2011
 
Point of Contact
Joseph Haslach, 609-562-2763
 
E-Mail Address
MICC - Fort Dix (RC - East)
(joseph.haslach@us.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. Solicitation # W62MHQ0264N008 is hereby issued as a Request for Quote (RFQ) for the procurement of 440 each Metal Storage Cabinets/Lockers in accordance with the specification listed below. The Metal Storage Cabinets/Lockers will be shipped to the 351st Civil Affairs Command at 230 RT Jones Road, Mountain View, CA 94035. Installation of the Metal Storage Cabinets/Lockers will be handled by the customer and will not be a requirement of this procurement. This procurement is being solicited as a Small Business Set-Aside under NAICS code 332439 resulting in a competitively-awarded purchase order Contract. Only Small Businesses listed in CCR under NAICS Code 332439 will be eligible for award. The anticipated award will be a Firm-Fixed Price type Contract. The specifications for the 440 each Metal Storage Cabinets/Lockers being procured are as follows: 240 each Metal Storage Cabinets/Lockers shall arrive in four (4) sections, 10 each Metal Storage Cabinets/Lockers high, and six (6) each Metal Storage Cabinets/Lockers wide. The dimensions of all Metal Storage Cabinets/Lockers shall be 5" high, 4" wide, and 2.9" deep. These Metal Storage Cabinets/Lockers shall not have keyed door access; they are to be equipped with hasps for customer supplied padlocks. The Metal Storage Cabinets/Lockers must be front loaded and must have an anodized aluminum finish. Each of the four (4) sections of Metal Storage Cabinets/Lockers must include surface mount collars (mounting will be handled by the customer). 200 each Metal Storage Cabinets/Lockers shall arrive in four (4) sections, 10 each Metal Storage Cabinets/Lockers high, and five (5) each Metal Storage Cabinets/Lockers wide. The dimensions of all Metal Storage Cabinets/Lockers shall be 5" high, 4" wide, and 2.9" deep. These Metal Storage Cabinets/Lockers shall not have keyed door access; they are to be equipped with hasps for customer supplied padlocks. The Metal Storage Cabinets/Lockers must be front loaded and must have an anodized aluminum finish. Each of the four (4) sections of Metal Storage Cabinets/Lockers must include surface mount collars (mounting will be handled by the customer). Contractors are instructed to include the cost of shipping in the cost of the items. Freight on Board (FOB) will be Destination. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 222-41 Service Contract Act; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-2 Protection of Government Buildings and Equipment; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.222-54, Employment Eligibility Incorporated by Reference Verification; FAR 52.219-9, Small Business Subcontracting Plan; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.243-1, Alt. 1 - Changes, Fixed Price; FAR 52.228-5 - Insurance - Work on a Government Installation. Contractor will also be required to comply with Army Contractor Manpower Reporting. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: 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, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea; DFARS 252.201-7000 - Contracting Officer's Representative; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.246-7000 - Material Inspection and Receiving Report; DFARS 252.232-7010, Levies on Contract Payments; Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. In accordance with FAR 52.212-2, 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 Government reserves the right to make no award or partial award under subject Solicitation. The following evaluation criteria shall be used to evaluate offers: Technical (consisting of the proposed items meeting the specifications stated above), past performance, and price. DEADLINE: Quotes MUST be received by 1:00pm Eastern Standard Time (EST) on 15 August 2011. Quotes are to be emailed to joseph.m.haslach.civ@mail.mil or faxed to Joseph Haslach, Contract Specialist, at (609)562-3625. If the quote is faxed, the contractor MUST send an email to joseph.m.haslach.civ@mail.mil within 30 minutes of the fax being sent, stating the time the fax was sent, to eliminate the possibility of the quote not being received do to errors in the faxing process. Questions concerning this Solicitation should be addressed to Joseph Haslach, Contract Specialist, at the email address provided above no later than 10:00am EST 12 April 2011. All questions and inquires must be submitted in writing. Joseph Haslach may also be reached at 609-562-2763. Quotes are being requested and a written Solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7574794600db5b2d854bc981be3ee0ef)
 
Place of Performance
Address: MICC - Fort Dix (RC - East) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02529363-W 20110812/110810235947-7574794600db5b2d854bc981be3ee0ef (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.