Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

71 -- High-Density Movable Shelving System and Accessories

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-12-T-0002
 
Response Due
2/14/2012
 
Archive Date
4/14/2012
 
Point of Contact
Julianne Hitch, 4109428476
 
E-Mail Address
USPFO for Maryland
(julianne.hitch@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. Solicitation Number: W912K6-12-T-0002 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being required and a written solicitation will not be issued. Solicitation W912K6-12-T-0002 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-55 and Defense Acquisition Circular 91-13. This RFQ is set-aside for small business concerns in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside. The Government intends to award a Firm Fixed Price contract/purchase order. The North America Industry Classification System (NAICS) code applicable to this procurement is 337215, Showcase, Partition, Shelving and Locker Manufacturing, with a small business size standard of 500 employees. The Offeror will provide the following supplies: CLIN 0001 Movable Shelving 1 LS (Lump Sum) $______________ DELIVERY AND INSTALLATION: Maryland Army Aviation Support Facility (AASF) BLDG E4081, Weide Airfield Aberdeen Proving Ground-Edgewood Area, Maryland 21010 SITE VISIT (MANDATORY): A site visit is scheduled for Wednesday, January 18, 2012 at 1:00 PM. The site is an active construction site and safety measures will be followed. Interested parties will meet Julie Hitch in the Conference Room in the AASF's Trailer marked with BLUE TAPE ARROW. We will have a quick solicitation and safety briefing before proceeding to RM(s) 153 and 154 in the construction area. NOTE: Safety helmet and vest is required to be worn; proper footwear will be required as well-no high heels. Notify Julie Hitch by email at julianne.hitch@us.army.mil or John Ebmeier at john.ebmeier@us.army.mil if you plan to attend the site visit; limit your group to two (2) attendees. REQUIREMENTS: Quotes are due by 11:00AM, February 14, 2012 Eastern Time. Quotes shall be mailed, delivered or emailed to Julie Hitch, Contract Specialist, at the following address: USPFO for Maryland ATTN: MD-PFO-PC, Julie Hitch 301 Old Bay Lane Havre de Grace, MD 21078-40003 Questions regarding this solicitation shall be submitted via email to the Contract Specialist at julianne.hitch@us.army.mil shall include the solicitation number in the subject line. The Government will answer all questions provided those questions are received by 2:00PM ET, Tuesday, January 31, 2012. Questions received after the above referenced deadline may not be answered prior to quotation submission. The Government does not anticipate that the closing date for receipt of offers will be extended. The Offeror shall submit a quote package to include the following: General Information: Title of Quotation, RFQ Number, Offeror's Name, Tax Identification Number (TIN), Dun & Bradstreet Number (DUNS), CAGE Number, Point of Contact Information Technical: Drawings/solution for each installation area (RM #154 and RM #153) showing shelving configuration and layout. Past Performance: The Offeror shall submit three references for similar work previously completed to include point of contact, telephone number, contract number, dollar amount and location/delivery of work. (Work performed in the last three years.) Price: Offerors shall provide completed pricing for CLIN 0001 with cost breakdowns. The price proposed shall include all costs to meet all of the requirements of this solicitation. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Proposal Preparation Instructions 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. The following factor(s) which are equally weighted shall be used to evaluate offers: Technical, Past Performance, and Price. Technical: Proposed layout and configuration of the movable shelving will be evaluated to ensure the type of shelving proposed fit and conform to the SOW. The Government will evaluate other relevant criteria, but NOT limited to: The offeror's ability to meet the requirements of this solicitation. The proposed plan of approach and work schedule. Quality of proposal, including any innovative concepts. Past Performance: Past Performance of Offerors will be evaluated and determined to be acceptable when an overall satisfactory performance on similar contracts/projects completed has been demonstrated. Price: Price will be evaluated but will not be given a rating. The Offeror's quotation will be evaluated to determine if prices for individual items are fair and reasonable. The lump sum total of the CLIN will be used to determine the bottom-line evaluated price costs to complete this effort. In evaluating the Price Factor, the Government will perform an evaluation to determine the fairness and reasonableness of the proposed prices in accordance with FAR 15.404-1 (b). The Government is seeking the offeror's price that meets or exceeds all requirements outlined in this solicitation. BASIS FOR AWARD: A single award will be made to the lowest priced Offeror that has submitted a quotation that is determined to technically acceptable by the Government. The Government will evaluate quotations for acceptability, without consideration of tradeoffs among cost and non-cost factors. The factors and standards establishing the requirements of acceptability that meets or exceeds the Government technical specification. The award will be made on the basis of initial quotations without discussions although the right to conduct discussions, if necessary, is reserved). Offerors are therefore cautioned that each initial quotation should contain the Offeror's best terms. (b) 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. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; 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 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; 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 52.237-1, Site Visit; FAR 52.245-1, Government Property; FAR 52.245-9, Use and Charges; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III. All offerors responding must be registered with the Central Contractor's Registration (www.bpn.gov) to be considered for award. Additional Info is attached to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-12-T-0002/listing.html)
 
Place of Performance
Address: Maryland Army Aviation Support Facility BLDG E4081, Weide Airfield APG-Edgewood Area MD
Zip Code: 21010
 
Record
SN02653313-W 20120114/120112234129-b7060e67bd6789a89f35c995ca966b21 (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.