Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

81 -- Twenty(20)-foot long standard Conex boxes - Additional Documentation - Attachments 01 and 02

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF50831741
 
Archive Date
7/1/2015
 
Point of Contact
Landers Grant, Phone: 6016345335
 
E-Mail Address
landers.grant@usace.army.mil
(landers.grant@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 02 - Bid Submission Form Attachment 01 - Description of Requirement 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. Requisition Number W81EWF50831741 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory at Vicksburg, MS has a requirement for the following: Twenty(20)-foot long standard Conex boxes (also known as intermodal, shipping, or ISO containers) Quantity: Three (3) These boxes will be used as both storage and workspace on Ranges 16 and 19, Fort Polk, Louisiana, where fieldwork is ongoing in support of programs sponsored by the U.S. Bureau of Reclamation and the National Ground Intelligence Center. SPECIFCATIONS: - Containers shall be new or like-new (one-way containers are acceptable). - Containers shall have exterior height of 8.5 feet, width of 8 feet, and length of 20 feet. - All containers must be wind and watertight, not allowing leakage or accumulation of moisture, and constructed of corrugated steel sides and roof and solid (no carpet) floor suitable for heavy traffic. - Roof construction shall be of corrugated steel and self-draining. - Locking steel double swing doors should be located on one end. Swing doors shall incorporate door gaskets forming a weatherproof seal when closed. Delivery will be FOB Destination to the following location: Ranges 16 and 19 Fort Polk, LA * Directions to exact location will be provided upon award. There is a link titled Additional Documentation near the bottom of this posting by which potential vendors may access the following attachments: Attachment 01 (Description of Requirements) Attachment 02 (Bid Submission Form) The North American Industry Classification System Code for this procurement is 332439 (Other Metal Container Manufacturing) with a size standard of 500 employees. In accordance with the attached Description of Requirement (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified. 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 factors shall be used to evaluate offers: 1) Technical - Providing Twenty-Foot, Standard Conex boxes Also known as (Intermodel, Shipping or International Standardization Organization (ISO) Containers) that at least meet the minimum specifications as defined in Attachment 01 2) Price The vendor must submit the following so the Government can evaluate the offeror's technical acceptability: 1) Sufficient information to determine that the quality of the Twenty-Foot, Standard Conex boxes Also known as (Intermodel, Shipping or International Standardization Organization (ISO) Containers) are in accordance with the Description of Requirement as defined in (Attachment 01) 2) Must include a completed Bid Submission Form (Attachment 02) and include specifications of quoted equipment. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items w The following clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quotes are due 16 June 2015 not later than 12:00 p.m. Central Standard Time by email addressed to Landers.Grant@usace.army.mil or hard copy mailed to Engineering Research and Development Center, Contracting Office, 3909 HALLS FERRY RD., VICKSBURG, MS 39180-6199, ATTN: Landers Grant. For all technical inquiries and questions relating to this solicitation, contact Landers Grant at 601-634-5335 or email at Landers.Grant@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF50831741/listing.html)
 
Place of Performance
Address: Fort Polk – Leesville, LA 71459 US, Fort Polk - Leesville, Louisiana, 71459, United States
Zip Code: 71459
 
Record
SN03756689-W 20150610/150608234904-148e390529381c5235cbffeab021ca73 (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.