Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
AWARD

81 -- Containers with modular shelving for the Oregon Army National Guard

Notice Date
9/25/2014
 
Notice Type
Award Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10527828
 
Response Due
9/15/2014
 
Archive Date
10/25/2014
 
Point of Contact
Nicollette Kennemer, 5035843764
 
E-Mail Address
USPFO for Oregon
(nicollette.a.kennemer.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912JV-14-P-2134
 
Award Date
9/25/2014
 
Awardee
CAVE Systems, Inc (830980988) <br> 6802 Paragon Place, Suite 410 <br> Richmond, VA 23230-1655
 
Award Amount
$151,362.00
 
Line Number
0001-0003
 
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 solicitation is 10527828 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 15 September 2014, 4:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The requirement is brand name or equal. The North American Industry Classification System (NAICS) code for this acquisition is 332439. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: Provide three of the following Tricon Containers Sea Box or Equivalent: Front side: small/medium parts module consisting of the following: 1 each SU0527BM Model Bulk Tray (SLIDE-OUT Bulk Tray 2 quote mark High x 27 quote mark Wide x 38 quote mark Deep with Net, 500lbs Capacity 1 each SU0827M Model #8 StackaBox (With Super- Glide 500, 7.8 quote mark High x 27 quote mark Wide x 38.3 quote mark Deep, Fitted with Partitioning Kit(15Compartments) 4 each SU0527M Model #5 StackaBox (With Super- Glide 500, 4.5 quote mark High x 27 quote mark Wide x 38.3 quote mark Deep, Fitted with Partitioning Kit (36 Compartments) 2 each SU0827M Model #8 StackaBox (With Super- Glide 500, 7.8 quote mark High x 27 quote mark Wide x 38.3 quote mark Deep, Fitted with Partitioning Kit (15 Compartments) 1 each TRU01 Tricon Removable Unit Half-Width 1 each Platform Frame Adaptor Plate (Half-Width) Medium/large parts module consisting of the following: 1 each SU0527BM Model Bulk Tray (SLIDE-OUT Bulk Tray 2 quote mark High x 27 quote mark Wide x 38 quote mark Deep with Net, 500lbs Capacity 2 each SU1127M Model #11 StackaBox (With Super- Glide 500, 11 quote mark High x 27 quote mark Wide x 38.3 quote mark Deep, Fitted Partitioning Kit (15 Compartments 2 each SU1527M Model #15 StackaBox (With Super- Glide 500, 14.4 quote mark High x 27 quote mark Wide x 38.3 quote mark Deep, Fitted Partitioning Kit (8 Compartments) 1 each TRU01 Tricon Removable Unit Half-Width Platform Frame 1 each Adaptor Plate (Half-Width) Back side: Heavy Bulk Module consisting of the following: 3 each T10GO225070 Model Full Width Single Entry Glide-Out Shelf (70% Extension Bulk GLIDE-OUT Shelf Unit: 2250 Lbs. Capacity, 58.5 quote mark w x 40.6 quote mark d with 1.25 quote mark high sides, with Cargo Net and Rails 1 each TRU02 Tricon Removable Unit Full-Width Platform Frame 1 Each TRCAB02 Adaptor Plate (Full-Width) CLIN 0002 Delivery to Clackamas, Oregon 97015. Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: cage code, tax id number, company name, phone number, contact, and email. Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION). FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, 252.215-7008 Only One Offer, Transportation of Supplies by Sea, Alternate III. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal to: Nicollette Kennemer at nicollette.a.kennemer.mil@mail.mil or Via Fax at 503-584-3771
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10527828/listing.html)
 
Record
SN03528223-W 20140927/140925235542-0f9ee9e1fc0bff416df99312b148b857 (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.