Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

W -- rental of tents, complete with sides, flooring, and lights, twenty (20) portable air conditioners, and one (1) 100 KW generator

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Miami Division (PARC Americas 410th CSB), ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110, Miami, FL 33122-1940
 
ZIP Code
33122-1940
 
Solicitation Number
W912CL-12-T-0029
 
Response Due
2/13/2012
 
Archive Date
4/13/2012
 
Point of Contact
robert martin, 011-5399-3381
 
E-Mail Address
Miami Division (PARC Americas 410th CSB)
(robert.e.martin@jtfgtmo.southcom.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 FAR Subpart 12.6, as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. The Request for Quotation (RFQ) number is W912CL-12-T-0029. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 dated February 2, 2012. This procurement is unrestricted. The North American Industry Classification System code is 314912, Small Business Size Standard 500. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. A firm fixed price purchase order will be awarded. Both clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Description of Requirement: US Army South requires the rental of tents, complete with sides, flooring, and lights, twenty (20) portable air conditioners, and one (1) 100 KW generator to Camp Stephenson, Timehri, Guyana during the period beginning 1 March 2012 through 10 March 2012. 0001 Contractor shall deliver and set-up five (5) 20' x 40' tents complete with sides, flooring, and lights, twenty (20) portable air conditioners, and one (1) 100 KW generator in accordance with paragraph 1.0 of the Performance Work Statement. (Price will be one lump sum for the period of performance) 0002 Worker's Compensation Insurance in accordance with the Defense Base Act and the clause at FAR 52.228-3. 0003 Contractor Manpower Report (Not Separately Priced) 1.0 General Information. This Statement of Work (SOW) details the requirements for rental of tents, portable air conditioners, lights, and generator be provided to United States Army Special Operations Command South (SOCSOUTH, also referred to herein as "the Government") in support of the US ARMY SOCSOUTH FUSED RESPONSE 2012 (FR12) in Guyana, South America. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary on the delivery dates as defined in this SOW. 1.1 Scope: The contractor shall deliver and set-up five (5) 20' x 40' tents, complete with sides, flooring, and lights, twenty (20) portable air conditioners, and one (1) 100 KW generator to Camp Stephenson, Timehri, Guyana during the period beginning 1 March 2012 through 10 March 2012. 1.2 Period of Performance. The period of performance begins 1 March 2012 and ends 10 March 2012. 1.3 Security Requirements: The names and identification documents of all contractor personnel shall be provided to the Contracting Officer no less than one week prior to contract performance. All contractor personnel shall pass a security background investigation in order to perform under the terms of this contract. This security background investigation will be conducted IAW local security protocols. Contractor personnel shall wear identification badges at all times during delivery, set-up, and removal of the equipment. 1.4 Government Representative: The Government representative is Ricardo Taleno, TSGT, U.S. Air Force. The government representative monitors all technical aspects of the contract and assists in contract administration. The government representative is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The government representative is not authorized to change any of the terms and conditions of the resulting order. 2.0 Specific Tasks. The contractor shall provide the following services: 2.1 Rental, to include delivery and set-up of the following equipment at Camp Stephenson, Timehri, Guyana, no later than 1200 on 1 March 2012: 2.1.1 Five (5) 20' x 40' tents, with sides and flooring 2.1.2 Twenty (20) portable air conditioners (four per tent) 2.1.3 Thirty (30) light strips (six per tent) 2.1.4 One (1) 100 KW generator 2.2 Tear-down and removal of the equipment provided in paragraph 2.1 no later than 1200 on 10 March 2012. 2.3 CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also know as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity W4RAAA; (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. The following provisions and clauses are applicable to this procurement: FAR 52.204-10. - Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.212-1. -- Instructions to Offerors -- Commercial Items.; FAR 52.212-3, ALT 1. -- Offeror Representations and Certifications -- Commercial Items.; 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 (OCT 2010) (DEVIATION); FAR 52.222-50. -- Combating Trafficking in Persons.; FAR 52.223-18. -- Contractor Policy to Ban Text Messaging While Driving.; FAR 52.228-3. Worker's Compensation Insurance (Defense Base Act) (Apr 1984); FAR 52.229-6. -- Taxes -- Foreign Fixed-Price Contracts.; FAR 52.232-18. -- Availability of Funds.; FAR 52.233-3. -- Protest After Award.; FAR 52.233-4. -- Applicable Law for Breach of Contract Claim.; FAR 52.252-1. Solicitation Provisions Incorporated by Reference.; FAR 52.252-2. -- Clauses Incorporated by Reference.; FAR 52.252-5 - Authorized Deviations in Provisions; FAR 52.252-6. -- Authorized Deviations in Clauses.. DFARS 252.203-7000. Requirements Relating to Compensation of Former DoD Officials.; DFARS 252.203-7002. Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7000; DFARS 252.212-7001 (Dev). Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.; DFARS 252.222-7002 - Compliance with Local Labor Laws (Overseas); DFARS 252.225-7041. Correspondence in English.; DFARS 252.225-7042. Authorization to Perform.; DFARS 252.229-7000. Invoices Exclusive of Taxes or Duties.; DFARS 252.229-7001 - Tax Relief; DFARS 252.232-7003. Electronic Submission of Payment Requests and Receiving Reports.; DFARS 252.232.7008. Assignment of Claims (Overseas).; DFARS 252.232.7010. Levies on Contract Payments.; DFARS 252.233-7001. Choice of Law (Overseas).; DFARS 252.243-7001. Pricing of Contract Modifications.. Quote's shall be submitted via email to SFC Martin, Robert E. at robert.martin21@us.army.mil no later than 13 February 2012 at 10:00 AM Central Standard Time. Prices shall be submitted in Guyanese Dollars (GYD) exclusive of Value Added Tax (VAT). VAT may be submitted as a separate Line Item to the Offeror's Quote. Question Submission: Interested Offerors may submit any questions concerning the solicitation. Questions shall be submitted no later than 10 February 2012 to SFC Martin, Robert E. at robert.martin21@us.army.mil. Basis of Award: Award will be made to the offeror offering the lowest evaluated price for items conforming to the PWS specified for each item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/23cf3061bb44304b890303378b9a0cee)
 
Place of Performance
Address: Miami Division (PARC Americas 410th CSB) ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110 Miami FL
Zip Code: 33122-1940
 
Record
SN02669900-W 20120210/120208234305-23cf3061bb44304b890303378b9a0cee (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.