Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

81 -- PORTABLE WEAPONS VAULT - SPECIFICATIONS FOR THREE VAULTS

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-11-R-0014
 
Archive Date
10/5/2011
 
Point of Contact
Sandra Miranda, Phone: 7208478678
 
E-Mail Address
sandra.miranda@us.army.mil
(sandra.miranda@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATION FOR THREE VAULTS 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. This combined synopsis/solicitation is set-aside 100% for small business. The NAICS code that applies is 332995 and business size is 500 employees. Per Federal Acquisition Regulation 6.302-1 and Title 10 U.S. Code 2304(c)(1). The Colorado Army National Guard requests a solicitation for three GSA approved Portable Weapons Vaults which meet Federal Standard 2737. Portable weapons vaults are defined as vaults that may be moved without disassembly or assembly, via crane, forklift, and/or flatbed trailer. These are significantly different from modular weapons vaults that do require assembly/disassembly. The desired product is an ARMAG Vault, Model# 192120120-A, with external dimensions of 16'L x 10' W x 10' and internal square footage of 145.2 square feet. These vaults must be built to NSWC Specification 3046-93-2, and meet all military use security requirements, including: DoD 5100-76.M, AR 190-11, and OPNAVINST 5530.13C. These vaults must also come with the Vista 128 BPT Intrusion Detection System (IDS), which is one of three approved IDS manufacturers by ARNG-ILI-FM (ESS Department) and the selected standard IDS for CO ARNG. These Vaults must be tested and approved by a certified DoD testing facility to meet NSWC specs and forced entry requirements. All testing must be submitted with quotes. ARMAG's 16'L x 10'W x 10'H vault provides exactly 145.2 Square Feet, which maintains our units, in most locations, just within the authorized vault space per NG Pam 415-12. Must be build to the attached specification and dimensions, see attached. Failure to comply with all terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote MUST be good for 30 calendar days after close of Solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database at time of submitting quote. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Brand Name or equal items are acceptable for this procurement. If an equal item is proposed specs must be included with the quote to show that it is an equal item. Quotation shall provide a point-by-point comparison to each item listed in the attached mandatory specifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. Bidder that fails to comply with these instructions will be considered non-responsive and not considered for award. No exceptions will be accepted. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government. the proposal must comply in all material respects and the requirements of the law, regulation and conditions set forth in the solicitation. the proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according the the standards of FAR Part 9, Subpart 1. The agency intends to award a firm-fixed price order/contract using the Lowest Price Technically Acceptable methodology. The Quotes must represent best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery, with lowest evaluated price. Only the lowest price quote will be sent for technical acceptance, and if accepted, no further technical review will be required. If not accepted, the next lowest quote will be sent forward. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the government. Questions must be submitted no later than 3:00pm Mountain Standard Time (MST) Colorado, 16 September 2011 to Sandra.miranda@us.army.mil. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. All offers are due by 9am MST 20 September 2011 by email to Sandra.miranda@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-11-R-0014/listing.html)
 
Place of Performance
Address: GRAND JUNCTION & FIRESTONE AREA, GRAND JUNCTION, Colorado, 81505, United States
Zip Code: 81505
 
Record
SN02573790-W 20110915/110913235824-e376613ff4104119fdbc92813e4b1387 (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.