Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

Y -- Distributed Learning Program

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-12-R-0005
 
Response Due
4/10/2012
 
Archive Date
6/9/2012
 
Point of Contact
Tarita Lewis, 202-685-7884
 
E-Mail Address
USPFO for DC
(tarita.lewis.ctr@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. The government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and technically acceptable. To be technically acceptable, the items being quoted must meet or exceed the salient characteristics listed in the attached solicitation. A site visit will be conducted on 30 March 2012 at 10:00 am EST. All contractors shall meet at the main entrance of the DC Army National Guard Armory, Washington, DC. Please contact Troy Hilliard at 202-685-8818 or email at troy.hilliard@us.army.mil NLT 27 March 2012 at 4:00 pm EST with the names of all people who plan to attend. You must have a picture identification card to get in the DC Armory. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2 Evaluation - Commercial Items. The District of Columbia Army National Guard will use the following factors to evaluate quotes, in descending order of importance: A. Technical capability of the item offered to meet the Government requirement and B. Price. The Government reserves the right to make award of the initial offer received without discussions. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and technical capability considered. Companies wishing to respond to this solicitation must be in compliance with FAR 52.204-7, Required Central Contractor Registration (CCR). The Internet site for registering in the CCR is http://www.ccr.gov. Companies wishing to respond to this solicitation must provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms for the requested items showing SOLICITATION NUMBER, UNIT PRICE, EXTENDED PRICE, FOB, PROMPT PAYMENT TERMS, DELIVERY TIME. OFFERS MUST BE SIGNED. Each offer shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, their DUN & BRADSTREET CODE, Commercial and Government Entity (CAGE) Code and Tax Identification Number (TIN). Those companies not in possession of the provisions in full text may access them at http://farsite.hill.af.mil. The contract clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items is incorporated by reference and applies to this acquisition. The clauses at FAR Clause 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. The following additional FAR and DFARS clauses cited in these clauses are applicable: 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.247-64 Preference for Privately Owned U. S. Flag Commercial Vessels. ALL QUESTIONS CONCERNING THIS RFQ MUST BE SUBMITTED IN WRITING, NO TELEPHONIC RESPONSES WILL BE PROCESSED. Questions should be emailed to tarita.lewis.ctr@us.army.mil by 05 April 2012, 2:00 P.M. EST and quotations should be emailed to tarita.lewis.ctr@us.army.mil by 10 April 2012 5:00 P.M. EST. No oral quotations will be accepted. All responsible sources may submit a quotation, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-12-R-0005/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02704627-W 20120325/120323235232-f2460fc266d5a8a5846099226ee96fdc (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.