Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

99 -- Wet Cell Battery Removal--Fort Detrick, Maryland

Notice Date
4/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-12-T-0006
 
Response Due
4/9/2012
 
Archive Date
6/8/2012
 
Point of Contact
Marie Tornai, 719-554-8446
 
E-Mail Address
U.S. Army Strategic Command
(marie.tornai@smdc-cs.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. 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; quotes are being requested and a written solicitation will not be issued. Reference number for Request for Quote (RFQ) is W91260-12-T-0006. This RFQ is being issued as total small business set-aside. NAICS is 811219. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 2005-57. DESCRIPTION-CLIN 0001: This combined synopsis/solicitation for U.S. Army Space and Missile Defense Command (SMDC), Bldg 1685, Fort Detrick, Maryland, is for a contractor to deinstall, remove and dispose of 240 wet cell batteries (model DDM85-15) from building 1685, Fort Detrick, Maryland. The batteries are part of an Eaton Uninterrupted Power System (UPS). The contractor shall be responsible for all clean up and removal of the batteries to an authorized disposal location. Removal of the batteries needs to be completed by 30 April 2012 due to scheduled building demolition. FAR provision 52.212-1, Instructions to Offerors, applies to this acquisition with the following addenda: per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required services must respond with their quote no later than 4:30 PM, Mountain Time, 09 April 2012. Award is anticipated to be made no later than 16 April 2012. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) under purchase order contemplated shall be made by DFAS Columbus. Contractor will be required to submit invoice(s) through WAWF. All responses will be evaluated IAW FAR 52.212.-2, Evaluation-Commercial Items. The following evaluation criteria will be used to evaluate quotes: (1) Technical - acceptability of services offered; and (2) Total Price, for services as described in CLIN 0001 above - most advantageous price considering all other factors. QUOTE PREPARATION INSTRUCTIONS: The offeror shall clearly demonstrate how the services proposed meet the requirements set forth herein. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth herein for the evaluation may render the quote nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, along with the following additional FAR clauses: 52-219-28, Post Award Small Business Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.225-1, Buy American Act - Supplies, 52.225-13, Restriction on certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration (Oct 2003). The clause at DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), applies to this acquisition and will be incorporated into and made a part of the resultant contract. Offers may be faxed to 719-554-8442 or emailed to Marie H. Tornai at marie.tornai@us.army.mil by 4:30 PM, Mountain Standard Time, 09 April 2012, to be considered by the Government. IMPORTANT!! THE POINT OF CONTACT IS Marie H. Tornai. Any questions shall be directed to Marie H. Tornai at (719)554-8446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-12-T-0006/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN02714340-W 20120406/120404235934-3c959df45950cdd99d679088aad2217b (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.